01.07.2014 Views

King Engineering Associates, Inc

King Engineering Associates, Inc

King Engineering Associates, Inc

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Subject:<br />

RFQ 2012-10<br />

CONTINUING CONTRACTS FOR PROFESSIONAL SERVICES<br />

Due: June 22, 2012 by 2:00 p.m.<br />

Respondent:<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

8390 NW 53 rd Street, Suite 200<br />

Doral, Florida 33166<br />

305-392-9979<br />

Primary Point of Contact:<br />

Agustin Maristany, PE<br />

Vice President<br />

amaristany@kingengineering.com


1. TITLE AND LOCATON (City and State)<br />

2. PUBLIC NOTICE DATE<br />

May 11, 2012<br />

ARCHITECT - ENGINEER QUALIFICATIONS<br />

PART I - CONTRACT-SPECIFIC QUALIFICATIONS<br />

A. CONTRACT INFORMATION<br />

City of North Miami Beach, Florida<br />

3. SOLICITATION OR PROJECT NUMBER<br />

RFQ # 2012-10<br />

B. ARCHITECT-ENGINEER POINT OF CONTACT<br />

4. NAME AND TITLE Agustin Maristany, PE, Vice President, Project Manager<br />

5. NAME OF FIRM<br />

6. TELEPHONE NUMBER<br />

305- 392-9979<br />

(Check)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

7. FAX NUMBER<br />

8. E-MAIL ADDRESS<br />

305-392-9912<br />

amaristany@kingengineering.com<br />

C. PROPOSED TEAM<br />

(Complete this section for the prime contractor and all key subcontractors.)<br />

PRIME<br />

J-V<br />

SUBCO<br />

N-<br />

9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT<br />

a.<br />

√<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>,<br />

<strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

8390 NW 53 rd Street<br />

Suite 200<br />

Doral, FL 33166<br />

Project Management, Water<br />

Resources/Drainage, Water/Sewer/Reuse<br />

Utilities, Roadway Drainage Design,<br />

Roadway, Traffic & Transportation<br />

Planning & <strong>Engineering</strong>, Civil Site Planning<br />

& Design, Land Use & Zoning, Ecological,<br />

MEP, Plans Review & Permitting,<br />

Landscape Design, Alternative Funding<br />

Assistance, Construction <strong>Engineering</strong><br />

Inspection, Survey/GIS/Mapping, Cost<br />

Estimates/Permitting, Contract<br />

Administration<br />

b.<br />

√<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>,<br />

<strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

4921 Memorial Highway<br />

Suite 300<br />

Tampa, FL 33634<br />

Technical Support<br />

c..<br />

√<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>,<br />

<strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

6500 Bowden Road<br />

Suite 290<br />

Jacksonville, FL 32216<br />

Technical Support<br />

d.<br />

√<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>,<br />

<strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

2930 University Parkway<br />

Sarasota, FL 34243<br />

Technical Support<br />

e. √<br />

Cummins Cederberg, <strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

22476 SW 94 Place<br />

Miami, FL 33190<br />

Marine Facilities Design<br />

f.<br />

√<br />

Geosol, <strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

5795-A NW 151 st Street<br />

Miami Lakes, FL 33014<br />

Geotechnical<br />

g.<br />

√<br />

Eastern <strong>Engineering</strong> Group<br />

CHECK IF BRANCH OFFICE<br />

3401 NW 82 nd Avenue,<br />

Suite 370<br />

Doral, FL 33122<br />

Structural <strong>Engineering</strong><br />

h. √<br />

Hillers Electrical <strong>Engineering</strong>,<br />

<strong>Inc</strong>.<br />

CHECK IF BRANCH OFFICE<br />

23257 State Road 7<br />

Suite 100<br />

Boca Raton, FL 33428<br />

Electrical <strong>Engineering</strong><br />

1


D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached)<br />

2


12. NAME<br />

Agustin E. Maristany, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Project Management/Water<br />

Resources/Drainage<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Doral, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Masters of Science, Civil <strong>Engineering</strong>, 1979, University of Texas<br />

Bachelor of Science, Civil <strong>Engineering</strong>, 1978, University of Puerto Rico<br />

33<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

4<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida No. 33351<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Maristany has practiced civil engineering for over 25 years in south<br />

Florida, having completed numerous multi-disciplinary public works projects involving planning, modeling, design, construction documents, permitting,<br />

cost estimating, construction management and inspections, program management, construction management-at-risk, plan review, development of<br />

design standards, civil site planning, and land use projects in the fields of drainage, water/wastewater, utilities, and roadway/traffic. His technical<br />

expertise includes site grading, utility infrastructure, drainage, erosion control, BMPs, neighborhood improvements, roadway, MOT, water supply,<br />

construction inspection, shop drawing review, operation manuals, permitting, cost estimating, and public funding and financing.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Lauderdale-By-The-Sea Sanitary Sewer Capital Improvements Plan,<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Lauderdale-By-The-Sea, Florida<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

a.<br />

Principal-in-charge for development of the Town’s Sanitary Sewer System Capital Improvement Plan. Activities included closet circuit TV<br />

(CCTV) video review of the sewer system, identification of defects, and repair recommendations; flow meter inspection and evaluation; pump<br />

station inspection and hydraulic analysis; infiltration and inflow (I/I) evaluation including development of wet and dry weather hydrographs, raindependant<br />

I/I estimation, and tidal infiltration estimation; 2035 demand projections; and development of the capital improvements plan. Since<br />

the Town currently pays a nearby utility to take its sewer flows, the projected substantial reduction in metered sewer flows will payback the cost<br />

of repairs within a short period of time.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

S. S. Lake Area Stormwater Modeling and BODR<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

City of Hollywood, Broward County, FL<br />

2011<br />

Pending<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for the evaluation, design, and permitting of flood control improvements for a low-lying coastal area susceptible to flooding<br />

from high tides and rainfall. Developed ICPR model of the 256-acre drainage area, concluded that existing drainage system was severely<br />

b.<br />

undersized, and sized improvements to substantially reduce flooding. Improvements included new outfalls to tide, higher capacity collection<br />

system, an interceptor system, a 30,000 gpm pump station, and backflow prevention devices. Tasks included analysis of sea level rise,<br />

modeling, conceptual design of improvements, permittability, cost estimates, and technical memorandum. Also prepared Basis of Design<br />

Report for the 30,000 gpm pump station including siting study, pump type selection, pump station layout, electrical requirements,<br />

instrumentation and controls, bypass gravity discharge, construction cost estimate, schedule, and identification of permitting requirements<br />

(Broward County, FDEP, USACE), and reporting. Detail design of the system is currently underway.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

South Florida Water Management District S-124 Control Structure<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Design, Broward County, Florida.<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Task manager for the hydraulic and civil design for the replacement of the S-124 Control Structure on the L-35A Canal for the South Florida<br />

c. Water Management District (SFWMD) with an estimated construction cost of $3.9M. The hydraulic report identified design flows and stages,<br />

established the structure capacity (550-800 cfs), dimensions (triple 6’x 8’ box culverts), invert and crest elevations, and sized a temporary<br />

bypass structure to control flows and water levels during construction. The replacement structure consists of a triple 8’ x 6’ concrete box culvert<br />

with remotely operated slide gates, a design capacity of 550 cfs, hardened control room, and back-up power supply. Civil design plans and<br />

specifications included site plan, grading, drainage, levee access ramp, construction sequencing plan, vehicle barrier gate, floating trash<br />

barrier, security fence, warning signs, demolition and erosion/scour control plan, and canal stabilization treatments.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

City of Fort Lauderdale, Prospect Lake Recharge Facility, Fort<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Lauderdale, Florida.<br />

2000<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for planning, design, and limited construction support services for a $650,000 facility connecting SFWMD’s C-14 canal to<br />

Prospect Lake to recharge the city's main wellfield with freshwater that would otherwise be discharged to tide. The facility serves to intercept<br />

d. canal flows for storage in the lake and adjacent aquifer. Services included securing a $300,000 alternative water supply grant from the South<br />

Florida Water Management District. A unique aspect was the reclassification of the Lake from a Class I to a Class III water body, the first such<br />

reclassification in the state of Florida. Managed preparation of a grant application, request for reclassification, and Basis of Design Report<br />

summarizing the conceptual design and hydrologic/hydraulic modeling; surveying and geotechnical analysis; preparation of paving, grading,<br />

and drainage plans & specifications for 2,600 feet of 36" reinforced concrete pipe, an 8-foot-wide gated weir control structure, and a diversion<br />

structure with two vertical lift gates; structural analysis and design of the control and diversion structures; cost estimates; and permitting.<br />

Deliverables included electronic files in AutoCAD format.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

City of Fort Lauderdale, Five-Ash Water Treatment Plant, Fort<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Lauderdale, Florida.<br />

1998<br />

e. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for retrofitting the drainage system in the facility to reduce frequent flooding and accommodate the addition of a 7-milliongallon<br />

storage tank and ASR well pad to the plant site in accordance with regulations. Work effort included modeling (adICPR), design, and<br />

permitting (SFWMD, DNRP, and FDOT).


f.<br />

g.<br />

h.<br />

i.<br />

j.<br />

k.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

District Engineer, Central Broward Water Control District,<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Hollywood, FL<br />

2007<br />

2007<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Under a consulting contract, served a District Engineer from 1995 through 2007 for a 43.5-square-mile District that includes unincorporated<br />

Broward County, Cooper City, the Seminole Indian Reservation, and the communities of Davie, Hollywood, Sunrise, Pembroke Pines, and<br />

Southwest Ranches. Provided services related to regulation, permitting, infrastructure improvements, and operation and maintenance.<br />

Reviewed plats, paving and drainage plans, and as-built drawings for all development and redevelopment for conformance with design<br />

standards, processing an average of 70 plans annually. Revised the design criteria manual and conducted site inspections. Attended Board<br />

and committee meetings. Managed special projects including development of capital improvements plan and the design, bidding, and<br />

construction oversight of various infrastructure improvements. Assisted with securing a $1M grant from the South Florida Water Management<br />

District for implementation of various BMP’s for water quality improvement.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Broward County Office of Environmental Services, Central County<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Neighborhood Improvement Projects, Broward County, Florida.<br />

2001<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Task manager for the planning and design of a stormwater system to alleviate extensive flooding problems in several old neighborhoods,<br />

where common problems included lack of positive outfalls and poor surface infiltration due to the destruction (filling in) of street side swales. A<br />

stormwater (adICPR) model was applied to assess the severity of existing flooding problems and to size drainage facilities. Because positive<br />

outfalls to waters of the U.S. were required for flood control, best management practices (BMPs) were used for pollution control. Runoff and<br />

lake water quality models were used to assess BMP effectiveness, size controls, and estimate water quality impacts to receiving lakes. The<br />

designed system consisted of re-graded swales, exfiltration trenches, storage and treatment in neighborhood lakes, and overflow into the<br />

primary canal system. A major aspect of the design was the culverting of approximately 5,000 feet of the 35 th Avenue Ditch with dual 8-foot by<br />

8-foot reinforced concrete box culverts, and a large gated concrete control structure and emergency spillway prior to final discharge into the C-<br />

12 canal just upstream of the S-33 salinity control structure.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

JC Bermudez Park Recycled Storm Water Irrigation Project, Doral,<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

FL<br />

2010<br />

2012<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for the modeling, design, permitting (ERP and CUP), construction observation, and development of O&M manual for the fasttrack<br />

implementation of a $2.9M recycled storm water irrigation system for the 80-acre park. Major project components included emergency<br />

lake intake structure, 2 MG above ground concrete storage tank, 3,000 gpm stormwater pump station, 130 micron disk filters with automatic<br />

backwash, gravity sand filter for backwash water, bleach disinfection system, 1,400 gpm irrigation pumps, 8,000 feet of 12” diameter looped<br />

main, irrigation system, and automated controls. A SFWMD conceptual ERP permit modification was approved within 5 weeks of application<br />

submittal. The project was partially funded by a $1M alternative water supply grant from the SFWMD.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

SR 694 Improvements, City of Pinellas Park, FL<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2001<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for the design of drainage and road improvements to alleviate severe flooding and congestion along a 0.75-mile stretch of SR<br />

694, a high-traffic hurricane evacuation route. Project deliverables included a basis of design report, modeling, construction drawings, technical<br />

specifications, cost estimate, maintenance of traffic plan, pavement restoration, and permits with SWFWMD, FDOT, and the County. Jointly<br />

funded by Pinellas Park, Pinellas County, and FDOT, the $4.3 million project involved the design of over 10,000 feet of reinforced concrete<br />

pipe ranging from 24 inches in diameter to a 12' x 8' box culvert.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Needs Assessment Program, Miami-Dade Water and Sewer<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Department, Miami, FL<br />

2007<br />

2007<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Principal-in-charge for 40 water and sewer infrastructure projects totaling $60 million and involving the design and construction of 17,815 feet<br />

of pressurized sewer force main ranging from 4-inch to 12-inch diameter; 91,451 feet of 8-inch to 16-inch pressurized water main; 39,000 feet<br />

of 8-inch to 12-inch gravity sewer; and 6 pump stations. Services included master planning, modeling, preliminary design, design standard<br />

development, design management, utility conflict coordination, permitting assistance, cost estimating, scheduling, public information, bid<br />

packaging, and construction management. Target areas included Brownfields Program, Federal Designated Empowerment Zones, Infill<br />

Housing Initiatives, Office of Community and Economic Development Program as well as undersized water mains, low-pressure areas, and<br />

inadequate fire protection. Projects were identified in close coordination with stakeholders and County Commissioners.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Miami-Dade County DERM, FEMA DORM Drainage Design, Miami,<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Florida.<br />

2003<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project manager for the design of drainage improvements to alleviate flooding and water quality problems in flood prone neighborhoods<br />

throughout Miami-Dade County. Managed preparation of 57 design packages, covering about 2 square miles, and with a construction value of<br />

$4 million. Designs included catch basins, exfiltration trenches, pavement restoration, maintenance of traffic plans, hydraulic calculations, cost<br />

estimates, and utility conflict coordination.


12. NAME<br />

Thomas M. O’Connor, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Principal-In-Charge<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

a. TOTAL<br />

28<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

22<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 39593<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Organizations: Water Pollution Control Federation, American Society of Civil Engineers<br />

a.<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

Southwest Water Treatment Plant<br />

Pasco County, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2004<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2005<br />

Principal-in-Charge and QA/QC Officer for the design and permitting for Pasco County's new Southwest WTP. This project included 7,000<br />

lf of raw water collector mains, 2.0 mgd chloramines disinfection treatment facility, 4.0 mg finished water storage tank, and 3.75 mgd high<br />

service pumping station. The tank was constructed underground in order to appease concerns in a mostly residential neighborhood. The<br />

project included site work, yard piping, security systems, and a 2,700 sf building housing the pumping station, chemical storage and feed<br />

systems, standby power generator, and electrical and I&C systems.<br />

Cost: $5.6 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Lehigh Acres Master Pump Station Upgrade<br />

Lee County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2010<br />

Principal-in-Charge and QA/QC Officer for the development of flow projections, hydraulic modeling, planning, design, permitting and<br />

construction for the upgrade and replacement of a 4 mgd triplex master wastewater pump station in Lee County.<br />

Cost: $600,000<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Palm River Restoration<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

Principal-in-Charge overseeing the Palm River Restoration Project, a SWFWMD - SWIM project cooperatively funded by the Florida<br />

Department of Transportation. The Palm River Restoration Project is a multi-faceted restoration project design covering a 28 square mile,<br />

highly urbanized watershed in the City of Tampa and Hillsborough County. Services include the preparation of a Feasibility Study,<br />

preliminary and final design plans and the permitting of multiple stormwater retrofit and wetland/shoreline habitat restoration projects within<br />

the Palm River/McKay Bay Basin. Project components includes 2D hydrodynamic modeling, data collection, land survey, pollutant<br />

loading/treatment efficiency, dredging, spoil disposal and bank stabilization assessments within the C-135/Palm River. Cost: $2 million<br />

d.<br />

e.<br />

(1) TITLE AND LOCATION (City and State)<br />

U.S. 301 & Balm Riverview Rd Intersection Improvements, PD&E<br />

Study and Final Roadway Design Plans,<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2012<br />

Principal-in-Charge and QA/QC for the PD&E Study to evaluate alternative roadway alignments on Balm Riverview Road considering<br />

critical factors such as long-range planning, safety, cost, environmental impacts, property impacts, and other related factors. The report<br />

documented the need for the project and presented the procedure used to develop and evaluate four (4) alignment alternatives. Cost<br />

$1.5 million<br />

(1) TITLE AND LOCATION (City and State)<br />

State Road 54 Water, Reuse and Force Main Project<br />

Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

Project Manager and and QA/QC for the relocation of approximately 1.2 miles of 24-inch water, 12-inch reuse, and 8-inch force main<br />

along SR 54. This project was required to avoid conflicts with a FDOT road-widening project. Cost: $1.4 million


12. NAME<br />

Franklin Torrealba, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Water, Sewer, Reuse Utilities /<br />

Construction Management<br />

a. TOTAL<br />

24<br />

14. YEARS EXPERIENCE<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Doral, FL<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

b. WITH CURRENT FIRM<br />

3<br />

MBA/1991/Business Administration<br />

2000/Professional Engineer Florida #56385<br />

B.S./1986/Civil <strong>Engineering</strong><br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Memberships<br />

American Society of Civil Engineers<br />

Water Environment Federation<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Lauderdale-By-The-Sea Sanitary Sewer Capital Improvements Plan,<br />

PROFESSIONAL SERVICES<br />

Lauderdale-By-The-Sea, Florida<br />

CONSTRUCTION (if applicable)<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for development of the Town’s Sanitary Sewer System Capital Improvement Plan. The sanitary sewer collection<br />

a.<br />

system consists of two separate wastewater collection basins with approximately 10.5 miles of gravity pipes, 165 manholes and two<br />

pump stations with their respective force mains. Activities included closet circuit TV (CCTV) video review of the sewer system,<br />

identification of defects, and repair recommendations; flow meter inspection and evaluation; pump station inspection and hydraulic<br />

analysis; infiltration and inflow (I/I) evaluation including development of wet and dry weather hydrographs, rain-dependant I/I estimation,<br />

and tidal infiltration estimation; 2035 demand projections; and development of the capital improvements plan. Since the Town currently<br />

pays a nearby utility to take its sewer flows, the projected substantial reduction in metered sewer flows will pay back the cost of repairs<br />

within a short period of time.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Preliminary Basis of Design Report and Pump Station Siting Study, PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Hollywood, FL<br />

2010<br />

<strong>King</strong> prepared a Basis of Design Report and Pump Station Siting Study for the South S. Lake Drainage Basin, a low-lying urban coastal<br />

b. basin susceptible to flooding. Responsibilities included: evaluation of pump station types; pump station general arrangement layout<br />

drawings and site plan; meetings with Broward County, USACE, and FDEP to identify permitting requirements; pump station siting<br />

evaluation; opinion of probable cost for the drainage improvements and pump station; and project implementation schedule. Final<br />

report recommended pump station consisted of two 30,000 gpm axial submersible pumps with a gated gravity bypass to allow gravity<br />

flows and reduce fuel consumption during low to normal tides. The submersible pumps minimize noise and visual obstruction in this<br />

coastal residential community. Electrical, telemetry, and control panels can be camouflaged by landscaping.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Miami‐Dade Water and Sewer Department, Cleaning and Televising PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable<br />

c.<br />

of Small Diameter Sewers in Various Locations, Miami, Florida<br />

2011<br />

Construction management, field inspection, evaluation and recommendations for different locations anywhere within the limits of Miami-<br />

Dade County, Florida. The sanitary sewer collection system consists of approximately 205 miles of gravity pipes, 5,200 manholes, and<br />

54 pump stations.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and Pump Station<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

717 Sewer Forcemain System Evaluation<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

d. Project Manager for the Basis of Design Report Assistance for six pump station engineering reports and the associated force main<br />

system that included field inspections, pump station evaluation, hydraulic analysis, cost analysis, alternatives analysis, and pump<br />

upgrade recommendations. The project involved the analysis of several alternatives in order to best serve the sewer system during<br />

2030 projected flows and pressures. Pump stations were inspected for wet well condition, dry pit condition, pump sizing, mechanical<br />

and electrical requirements, and overall siting.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Miami-Dade Water and Sewer Department, Pump Station 49 Siting<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Evaluation, Miami, Florida<br />

2010<br />

e. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for the siting analysis for the relocation of pump station 49, which presently has maintenance issues due to the depth<br />

of the wet well. Mr. Pisani was involved in utility coordination including the collection of all pertinent data and in the preparation of<br />

alternatives maps in ArcGIS.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Miami-Dade Water and Sewer Department (MDWASD) - 48-<strong>Inc</strong>h<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Water main Interconnect in the Central East Area (Downtown<br />

Miami) Preliminary Alternative Water main Route Analysis<br />

2010<br />

N/A<br />

f. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the points of connection of<br />

the proposed force main, determine its size (48-<strong>Inc</strong>h) and determine the best route for the proposed force main in terms of<br />

constructability, to prepare an opinion of probable cost of the selected route, to determine a list of required permits, and to prepare a<br />

preliminary project schedule for 7,300 feet of 48-<strong>Inc</strong>h Water main in the Miami Downtown area.


g.<br />

h.<br />

i.<br />

j.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Water and Sewer Department (MDWASD) - CL-1 Pump<br />

Station 1 to C-2 Forcemain Connection Preliminary Alternative Pipe<br />

Route Analysis (60-<strong>Inc</strong>h Forcemain), Miami Florida<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Services provide included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the points of connection of<br />

the proposed force main, determine its size (60-<strong>Inc</strong>h) and determine the best route for the proposed force main in terms of<br />

constructability, to prepare an opinion of probable cost of the selected route, to determine a list of required permits, and to prepare a<br />

preliminary project schedule for 5,700 feet of 60-<strong>Inc</strong>h Forcemain near the Miami Downtown area.<br />

(1) TITLE AND LOCATION (City and State)<br />

Construction Management and Inspection Services for the<br />

“Preliminary Evaluation Prior to Design and/or Other Upgrades to<br />

the MDWASD Sanitary Sewer System within the City of Miami<br />

Springs, Florida”<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The project involves construction management and inspection of a Sanitary Sewer Evaluation Survey (SSES) for a portion of the Miami-<br />

Dade Water and Sewer Department's (MDWASD) wastewater collection system within the City of Miami Springs, Florida”. The sanitary<br />

sewer collection system consists of approximately 46 miles of gravity pipes, 912 manholes, and 17 separate wastewater collection<br />

basins within the City of Miami Springs, Florida.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Water and Sewer Department, Wastewater Pump<br />

Station Improvement Program, Miami, Florida<br />

PROFESSIONAL SERVICES<br />

2000<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Deputy Program Manager and assistant chief engineer of the program management team that managed a $1.0 billion wastewater<br />

system improvement program, with detailed management responsibility for the $240 million pump station improvement program. The<br />

program was created to achieve regulatory compliance by correcting a series of wastewater overflows to surface water. Provided<br />

program monitoring and reporting on a regular basis on the progress of more than 1,700 separate deliverables. The program included<br />

the upgrade of its pump stations and force mains, a reduction of the infiltration, exfiltration, and inflow in the collection system and an<br />

increase in the capacity of its wastewater treatment plants to minimize the occurrence of sanitary sewer overflows.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Water and Sewer Department, Government Cut Tunnel<br />

Design-Build Criteria Package, Miami, Florida<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for the development of the design criteria package for the replacement of the 54-inch sanitary sewage force main from<br />

Miami Beach to Virginia Key and replacement of a 20-inch water main between Port Island and Fisher Island. Managed the data<br />

collection, engineering (geotechnical, survey, utility coordination, alternative analysis, tunnel design, and construction methodology),<br />

land acquisition, stake holder coordination, permitting, and public involvement programs associated with over 8000 linear feet of sub<br />

aqueous crossings, with five shaft locations impacting four islands.


12. NAME<br />

John R. Seals, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Roadway & Transportation<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

a. TOTAL<br />

26<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

9<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 51505<br />

a.<br />

b.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

Highland Avenue Reconstruction and Stormwater Retrofit Largo,<br />

FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Project Manager for the preparation of a PD & E / conceptual design alternatives report and final design plans to reconstruct<br />

1.5 miles of an existing 2-lane rural facility. The project included converting the existing facility to an urban, pedestrianfriendly,<br />

roadway with streetscape and hardscape elements, including the design of a multi-use path and incorporating LID<br />

stormwater elements. Services include survey and right-of way mapping, SWFWMD grant funding application, public<br />

involvement, and County Joint Project Agreement. Additionally, the stormwater retrofit portion of the project included<br />

diverting 250 acres of untreated stormwater runoff into an expanded pond area to provide water quality treatment. Cost: $5.2<br />

million<br />

(1) TITLE AND LOCATION (City and State)<br />

US 301 & Balm Riverview Road Intersection Improvements PD&E<br />

Study and Final Roadway Design Plans<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

Project Manager/Engineer of Record for the preparation of a PD&E study and design plans for intersection improvements.<br />

The Study was done to evaluate alternative roadway geometry improvements considering safety, vehicle capacity,<br />

environmental and right-of-way impacts, and cost. The design plans included additional lane geometry, survey, right-of-way<br />

mapping, stormwater management facilities, wetland and flood plain design, traffic signalization, land acquisition assistance<br />

and environmental permitting. Cost: $1.5 million<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Skycrest Neighborhood Traffic Calming<br />

Clearwater, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

2008<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager responsible for the design of neighborhood traffic calming, which included the preparation of design plans,<br />

presentation at commission and public information meetings, landscape and irrigation plans, contract specifications, traffic<br />

control plans and provided bidding services for the construction of four modern roundabouts, five mini circles, speed tables,<br />

continuous medians, drainage improvements, and various other traffic calming improvements. Cost: $2.1 million<br />

d.<br />

e.<br />

f.<br />

(1) TITLE AND LOCATION (City and State)<br />

Hanley Road and Waters Avenue Intersection<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2011<br />

Project Manager for the design and permitting of major intersection improvements located within a dense commercial area.<br />

Responsibilities included preparing a traffic study, development of traffic control plans, roadway design plans, traffic<br />

signalization plans, environmental permitting, and conducting public information meetings. Cost: $1.1 million<br />

(1) TITLE AND LOCATION (City and State)<br />

SR 56 Extension, from CR 581 to East Wiregrass Ranch<br />

Roadway and Drainage Improvements, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Program and Quality Control Manager responsible for roadway and drainage design, traffic design, lighting design, and<br />

permitting of this 2.1-mile urban 4-lane divided (future 6-lane) arterial highway. $48 Mil<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

SR 54/CR 54 Roadway Improvements, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

This project included the preparation of design plans to widen 2.1 miles of CR 54 (from Magnolia Boulevard to SR 581) from a 2-lane road to<br />

a 4-lane divided facility with accommodations for a future 6-lane divide urban typical section. Services included topographic survey, right-ofway<br />

survey and mapping, master drainage study and stormwater design, wetland mitigation design and environmental permitting, traffic<br />

design, and roadway lighting design. The initial project scope included the design of approximately 1.5 miles of Old Pasco Road widening<br />

and the extension of Dayflower Boulevard. However, these segments were removed from the final design. Estimated construction cost is<br />

$15.3 million.


g.<br />

h.<br />

i.<br />

j.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miscellaneous <strong>Engineering</strong> Services, Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Program Manager responsible for providing miscellaneous transportation engineering services to Hillsborough County for<br />

multiple years. These services have ranged from preliminary engineering studies and stormwater analysis to complete<br />

roadway construction plans. Services are provided through individual task orders directed through County Project Managers.<br />

Cost: $3.2 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Columbus Drive Extension, Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2006<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for the preparation of the Preliminary <strong>Engineering</strong> Study, the 30% design plans, and the Design-Build RFQ<br />

package to construct a new 4-lane divide urban roadway. The project included the identification of pond sites for flood plain<br />

and wetland impacts, USACOE permitting, and preparation of a Design-Build contract for advertisement and bidding. Cost:<br />

$9.3 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

Waters Avenue & Benjamin Road Intersection, Hillsborough<br />

County, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2004<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer responsible for the traffic operational analysis and design relative to the development of the PD&E study<br />

and the Intersection Improvement Plans. Cost: $530,000.<br />

(1) TITLE AND LOCATION (City and State)<br />

State Road 56 from SR 581 to Meadow Pointe Boulevard Pasco<br />

County, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

2009<br />

Ongoing<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for the design and environmental permitting of 3.5 miles of new four-lane/six-lane divided rural roadway as<br />

part of the Wiregrass Development in Pasco County. Responsibilities included roadway design, stormwater facilities design,<br />

wetland mitigation, traffic signalization plans, maintenance of traffic and environmental permitting.<br />

Cost: $26 million


12. NAME<br />

Michael E. Ross, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Civil Site <strong>Engineering</strong><br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a. TOTAL<br />

25<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 47112<br />

b. WITH CURRENT FIRM<br />

25<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

McKinley Student Housing<br />

Hillsborough County, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Principal-in-Charge providing engineering design, permitting and construction administration for a 287 unit, 947 bed multistory<br />

and cottage university housing apartment complex with a ±8,500 sf clubhouse and maintenance facility including<br />

roadway, utility infrastructure, stormwater system, construction documents and permitting. Cost: $6 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Pinellas County Housing Authority (PCHA) Proposal<br />

Redevelopment Project, Largo, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2012<br />

b.<br />

<strong>King</strong> is providing civil engineering design, permitting, landscape design and survey services for the development of a<br />

PCHA’s Senior Living Facility. The redevelopment is to include demolition of existing building and parking area and<br />

replaced with multifamily style senior living facility with amenities, surface parking, and an additional 20,000 sf PCHA<br />

office. Cost: TBD<br />

(1) TITLE AND LOCATION (City and State)<br />

USF Sports Venue Projects (Basketball, Baseball, Softball<br />

& Football), Tampa, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c.<br />

Principal-in-Charge responsible for providing civil engineering design and permitting services through the R.R. Simmons<br />

design-build team for the University of South Florida athletic facility improvement projects. The project includes multiple<br />

sport venues ranging from construction of a basketball practice facility adjacent to the Sun Dome to a new baseball &<br />

softball complex, as well as improvements to the football practice fields and general purpose student recreation fields.<br />

While the design for each venue is being prepared separately, the projects are being permitted concurrently to minimize<br />

impact to the respective sports and event schedules. Cost: $30 million<br />

d.<br />

(1) TITLE AND LOCATION (City and State)<br />

Wesley Chapel Medical Center<br />

Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2011<br />

Principal in-Charge for the civil engineering services for a multi-phased healthcare property. Current scope provides for<br />

planning, site design, ecological and surveying services for 162,500 sf / 3-level hospital with future vertical expansion<br />

capability of three additional floors totaling 380,000 sf. <strong>King</strong> is also providing similar services for one of the two 100,000 sf<br />

medical office buildings to be built concurrent with the first phase of the hospital. Cost: $151 million<br />

(1) TITLE AND LOCATION (City and State)<br />

FBI Field Office<br />

Tampa, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2006<br />

e.<br />

Principal-in-Charge for this 4-story/ 138,500 sf office facility with a detached 382-space parking garage located in the<br />

Westshore Business District. Cost: $20 million


12. NAME<br />

William B. Moriarty, PE, BCEE<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

BSCE, Marquette University, 1974<br />

MBA, University of Houston, 1985<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Alternative Funding<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Austin, TX<br />

38<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida 64528<br />

b. WITH CURRENT FIRM<br />

5<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Mr. Moriarty has worked in the fields of environmental and civil engineering since 1974. He has successfully managed offices for consulting<br />

engineering firms as well as large program management assignments.<br />

19. RELEVANT PROJECTS<br />

a.<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

JC Bermudez Park Recycled Stormwater Irrigation<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The City of Doral retained <strong>King</strong> <strong>Engineering</strong> to provide modeling, design, permitting (ERP and CUP), and construction<br />

support services for the fast-track implementation of a $2.9 M recycled stormwater irrigation system for the 80-acre park.<br />

– Principal-In-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

Hamilton Jersey Outfall Drainage Improvements, Jacksonville, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> performed all survey, ecological, water resources and civil engineering services for this 170 acre<br />

drainage project to relieve flooding within an existing subdivision – Principal-In-Charge<br />

c.<br />

d.<br />

e.<br />

f.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and Pump Station<br />

717 Sewer Forcemain System Evaluation, Miami, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2012<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services contract through the Miami-Dade Equitable Distribution Work<br />

Program. The purpose of these projects is to identify Municipal jurisdictions, identify existing or required Right-of-Way,<br />

identify the points of connection of the proposed force mains, pump stations preliminary engineering, determine its sizes<br />

and determine the best route for the proposed force mains in terms of constructability, to prepare an opinion of probable<br />

cost of the selected route, to determine a list of required permits, and to prepare a preliminary project schedule.<br />

Principal-in-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD 48" Water Main Interconnect in the Central East Area<br />

Route Analysis, Miami, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2014<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The MDWASD water transmission system in the Central East Area north of Downtown Miami needs to be completed<br />

from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th Street and south to an existing 36-<strong>Inc</strong>h water main<br />

along NW 6th Street from NW 7 Avenue to NW 1st Court. This project involved performing a preliminary alternative<br />

water main route analysis in order to interconnect the existing 48-<strong>Inc</strong>h water main at NW 17 Street and the existing 36-<br />

<strong>Inc</strong>h on NW 6 Street. Principal-In-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Coastal Water System Interconnect, Northwest Florida<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Water Management District – 5 county area, north Florida.<br />

On-going<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was retained by the Northwest Florida Water Management District to evaluate the feasibility of<br />

implementing water system interconnects with the objective of increasing water supply reliability in coastal communities<br />

in the event of water shortages, natural disasters, or system failures. The study area included selected coastal utilities in<br />

Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties.<br />

(1) TITLE AND LOCATION (City and State)<br />

South Florida Water Management District S-124 Control Structure<br />

Design, Broward County, Florida<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2009<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Hydraulic and civil design for the replacement of the S-124 Control Structure on the L-35A Canal for the South Florida<br />

Water Management District (SFWMD) with an estimated construction cost of $3.9M. The hydraulic report identified<br />

design flows and stages, established the structure capacity (550-800 cfs), dimensions (triple 6’x 8’ box culverts), invert<br />

and crest elevations, and sized a temporary bypass structure to control flows and water levels during construction. The<br />

replacement structure consists of a triple 8’ x 6’ concrete box culvert with remotely operated slide gates, a design<br />

capacity of 550 cfs, hardened control room, and back-up power supply. Civil design plans and specifications included<br />

site plan, grading, drainage, levee access ramp, construction sequencing plan, vehicle barrier gate, floating trash barrier,<br />

security fence, warning signs, demolition and erosion/scour control plan, and canal stabilization treatments. Principal-In-<br />

Charge


12. NAME<br />

William B. Moriarty, PE, BCEE<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

BSCE, Marquette University, 1974<br />

MBA, University of Houston, 1985<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Alternative Funding<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Austin, TX<br />

38<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida 64528<br />

b. WITH CURRENT FIRM<br />

5<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Mr. Moriarty has worked in the fields of environmental and civil engineering since 1974. He has successfully managed offices for consulting<br />

engineering firms as well as large program management assignments.<br />

19. RELEVANT PROJECTS<br />

a.<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

JC Bermudez Park Recycled Stormwater Irrigation<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The City of Doral retained <strong>King</strong> <strong>Engineering</strong> to provide modeling, design, permitting (ERP and CUP), and construction<br />

support services for the fast-track implementation of a $2.9 M recycled stormwater irrigation system for the 80-acre park.<br />

– Principal-In-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

Hamilton Jersey Outfall Drainage Improvements, Jacksonville, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> performed all survey, ecological, water resources and civil engineering services for this 170 acre<br />

drainage project to relieve flooding within an existing subdivision – Principal-In-Charge<br />

c.<br />

d.<br />

e.<br />

f.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and Pump Station<br />

717 Sewer Forcemain System Evaluation, Miami, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2012<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services contract through the Miami-Dade Equitable Distribution Work<br />

Program. The purpose of these projects is to identify Municipal jurisdictions, identify existing or required Right-of-Way,<br />

identify the points of connection of the proposed force mains, pump stations preliminary engineering, determine its sizes<br />

and determine the best route for the proposed force mains in terms of constructability, to prepare an opinion of probable<br />

cost of the selected route, to determine a list of required permits, and to prepare a preliminary project schedule.<br />

Principal-in-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD 48" Water Main Interconnect in the Central East Area<br />

Route Analysis, Miami, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2014<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The MDWASD water transmission system in the Central East Area north of Downtown Miami needs to be completed<br />

from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th Street and south to an existing 36-<strong>Inc</strong>h water main<br />

along NW 6th Street from NW 7 Avenue to NW 1st Court. This project involved performing a preliminary alternative<br />

water main route analysis in order to interconnect the existing 48-<strong>Inc</strong>h water main at NW 17 Street and the existing 36-<br />

<strong>Inc</strong>h on NW 6 Street. Principal-In-Charge<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Coastal Water System Interconnect, Northwest Florida<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Water Management District – 5 county area, north Florida.<br />

On-going<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was retained by the Northwest Florida Water Management District to evaluate the feasibility of<br />

implementing water system interconnects with the objective of increasing water supply reliability in coastal communities<br />

in the event of water shortages, natural disasters, or system failures. The study area included selected coastal utilities in<br />

Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties.<br />

(1) TITLE AND LOCATION (City and State)<br />

South Florida Water Management District S-124 Control Structure<br />

Design, Broward County, Florida<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2009<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Hydraulic and civil design for the replacement of the S-124 Control Structure on the L-35A Canal for the South Florida<br />

Water Management District (SFWMD) with an estimated construction cost of $3.9M. The hydraulic report identified<br />

design flows and stages, established the structure capacity (550-800 cfs), dimensions (triple 6’x 8’ box culverts), invert<br />

and crest elevations, and sized a temporary bypass structure to control flows and water levels during construction. The<br />

replacement structure consists of a triple 8’ x 6’ concrete box culvert with remotely operated slide gates, a design<br />

capacity of 550 cfs, hardened control room, and back-up power supply. Civil design plans and specifications included<br />

site plan, grading, drainage, levee access ramp, construction sequencing plan, vehicle barrier gate, floating trash barrier,<br />

security fence, warning signs, demolition and erosion/scour control plan, and canal stabilization treatments. Principal-In-<br />

Charge


12. NAME<br />

Christopher F. Kuzler, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Mechanical <strong>Engineering</strong><br />

Polytechnic Institute of New York, 1985<br />

M.S., Business Administration<br />

Adelphi University, New York, 1989<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Water, Sewer, Reuse Utilities<br />

a. TOTAL<br />

22<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida #45532<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

His project experience includes wastewater master planning, design through construction of water and wastewater treatment facilities, pump<br />

station facility analysis and design, water and reclaimed water distribution systems, and design, analysis, estimating, permitting, and<br />

construction for all types of utility projects.<br />

19. RELEVANT PROJECTS<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Water and Sewer Department (MDWASD) -<br />

48-<strong>Inc</strong>h Water main Interconnect in the Central East<br />

Area (Downtown Miami) Preliminary Alternative Water<br />

main Route Analysis<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

16<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the points of connection of the<br />

proposed force main, determine its size (48-<strong>Inc</strong>h) and determine the best route for the proposed force main in terms of constructability, to prepare<br />

an opinion of probable cost of the selected route, to determine a list of required permits, and to prepare a preliminary project schedule for 7,300<br />

feet of 48-<strong>Inc</strong>h Water main in the Miami Downtown area.<br />

b.<br />

c.<br />

d.<br />

e.<br />

f.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Water and Sewer Department (MDWASD) -<br />

CL-1 Pump Station 1 to C-2 Forcemain Connection<br />

Preliminary Alternative Pipe Route Analysis (60-<strong>Inc</strong>h<br />

Forcemain), Miami Florida<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Services provide included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the points of connection of the<br />

proposed force main, determine its size (60-<strong>Inc</strong>h) and determine the best route for the proposed force main in terms of constructability, to prepare<br />

an opinion of probable cost of the selected route, to determine a list of required permits, and to prepare a preliminary project schedule for 5,700<br />

feet of 60-<strong>Inc</strong>h Forcemain near the Miami Downtown area.<br />

(1) TITLE AND LOCATION (City and State)<br />

Preliminary Basis of Design Report and Pump Station<br />

Siting Study, Hollywood, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer retained by the City of Hollywood to prepare a preliminary Basis of Design Report and Pump Station Siting Study for the South<br />

South Lake Drainage Basin, a low-lying urban coastal basin susceptible to flooding due to combination of high tides, low ground elevations, and<br />

intense rain storms. This project was part of <strong>King</strong>’s Continuing <strong>Engineering</strong> Contract with the City of Hollywood.<br />

(1) TITLE AND LOCATION (City and State)<br />

Coastal Water System Interconnect, Northwest Florida<br />

Water Management District – 5 county area, north<br />

Florida.<br />

PROFESSIONAL SERVICES<br />

On-going<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was retained by the Northwest Florida Water Management District to evaluate the feasibility of implementing water system<br />

interconnects with the objective of increasing water supply reliability in coastal communities in the event of water shortages, natural disasters, or<br />

system failures. The study area included selected coastal utilities in Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties.<br />

(1) TITLE AND LOCATION (City and State)<br />

Dunedin WWTP Permitting<br />

Dunedin, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for the renewal of Dunedin’s Domestic Wastewater Permit with the Florida Department of Environmental Protection (FDEP).<br />

Specific tasks included review and evaluation of existing Discharge Monitoring Reports (DMRs), circular flow charts, ground water monitoring<br />

reports, quarterly sludge analyses, ambient monitoring data, and other miscellaneous data; preparation and submittal of the required FDEP forms;<br />

preparation of a Capacity Analysis Report and Operation & Maintenance Performance Report; site visits and evaluation of six (6) sludge disposal<br />

sites; responding to FDEP’s questions and other services necessary to obtain the permit renewal. Also provided similar services as part of the<br />

City’s permit renewal in 2002.<br />

(1) TITLE AND LOCATION (City and State)<br />

Utilities Miscellaneous <strong>Engineering</strong><br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

On-going<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager providing professional engineering s services for miscellaneous projects related to upgrade, rehabilitation, expansion or<br />

replacement of various water, solid waste, and wastewater facilities. Services provided: Preliminary and final design services, permitting, reports,<br />

studies, modeling, bid services including preparation, negotiations, and evaluations, construction management including observation and<br />

inspection, operation and maintenance, start-up, equipment testing, quality assurance/quality control and surveying services were also provided.


12. NAME<br />

Benjamin C. Turnage, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Bachelor of Science, Physics, 2000<br />

Furman University<br />

Bachelor of Science, Biological <strong>Engineering</strong>, 2001<br />

University of Georgia<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Water, Sewer, Reuse Utilities<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

American Physical Society (APS)<br />

Water Environment Federation (WEF)<br />

a.<br />

b.<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

SR 56 Extension, from CR 581 to East Wiregrass Ranch<br />

Pasco County, FL<br />

a. TOTAL<br />

8<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 64055<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

b. WITH CURRENT FIRM<br />

7<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Preparation of design plans to construct 3.4 miles of a 6-lane and 4-lane (with accommodations for a future 6-lane) divided urban/rural,<br />

principal arterial through the Wiregrass Ranch property, located in Pasco County.<br />

Role: Utility Engineer<br />

(1) TITLE AND LOCATION (City and State)<br />

Ulmerton Road Utility Adjustments 5 projects<br />

City of Largo, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Est. 2014<br />

Provided permitting assistance; preliminary and final design plans and technical specifications; and limited construction services. In total,<br />

the five projects – two constructed to date – include approx. 10,000 LF of 4-inch-8-inch force main, 3,800 LF of 8-inch-12-inch reclaimed<br />

main, and 8,000 LF of 8-inch-12-inch gravity sewer. Role: Project Engineer<br />

(1) TITLE AND LOCATION (City and State)<br />

Pinellas County Utilities - Various Projects<br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

Retained to complete municipal projects for Pinellas County. Project services include design, implementation and construction services for<br />

various South Cross Bayou and William A. Dunn Treatment Plant projects.<br />

Role: Project Engineer<br />

(1) TITLE AND LOCATION (City and State)<br />

Lake Avenue Pump Station and Force Main<br />

Largo, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

d.<br />

e.<br />

f.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager. Each collection system modeling alternatives included various pipeline construction methods, which were evaluated<br />

based on costs and impacts to traffic and residences. Pump station upgrades included mechanical and electrical elements required to<br />

replace the two existing 60-HP constant-speed pumps with 110-HP VFD-driven pumps.<br />

(1) TITLE AND LOCATION (City and State)<br />

William E. Dunn WRF Miscellaneous Process Control<br />

Improvements<br />

Pinellas County, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Engineer of Record and Project Manager for the design and construction services for process control improvements at Pinellas County’s<br />

William E. Dunn Water Reclamation Facility (WED WRF) in Palm Harbour, FL. The project includes the detailed design and construction<br />

services for a new fully integrated dry polymer make-up system to replace the existing outdated equipment at the plant’s sludge thickening<br />

facility. The project also includes the installation of two ChemScan continuous wastewater analyzers to monitor nitrogen and phosphorous<br />

throughout the process trains and six (6) sludge blanket level analyzers to monitor sludge level in the existing clarifiers. All components<br />

are designed to be implemented into the plant’s SCADA network, in a step towards automated process control. Cost: $1.07 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Redington Beach Pump Stations 76, 77, and 78 Upgrade<br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2006<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2007<br />

Project Engineer for the design, cost analysis, permitting, and construction observation of three pump stations in the Town of Redington<br />

Beach. The existing pump stations were a part of an aging system that deteriorated over time, experiencing problems with odor and I&I.<br />

Pump Station 76 was a 6'-diameter wetwell to be refurbished in place, posing difficulties in design due to its location immediately adjacent<br />

to the Town Hall building. Pump Station 77 was an existing 6'-diameter station to be relocated due to its location in a heavily traveled<br />

intersection, and Pump Station 78 was upgraded from a duplex to a triplex.


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME<br />

Thomas A. Traina, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

13. ROLE IN THIS CONTRACT<br />

Mechanical/Instrumentation & Controls<br />

a. TOTAL<br />

33<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

11<br />

16. EDUATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Florida Professional Engineer No. 42871<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

(1) TITLE AND LOCATION (City and State)<br />

Central Pasco Water and Wastewater Systems<br />

Improvements, Pasco County, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2006<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Engineer of Record for the hydraulic modeling, design, permitting, and construction management of water and wastewater<br />

transmission and distribution mains in central Pasco County. Project included 145,900 lf of 16-, 24- and 36-inch potable water<br />

mains and force mains, and a potable water booster pump station. The booster station included the design and permitting of<br />

a 5 MG ground storage tank, re-chlorination system, and 5 mgd high service pump station. As part of this project planning an<br />

interim model of the water system was developed in order to size a temporary booster pump station required to maintain<br />

system pressures in the northern part of the project service area. Cost: $27.9 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Stormwater Pump Station<br />

Hollywood, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Est. 2013<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Engineer of Record for the design and permitting of a stormwater pump station for the City of Hollywood, Florida. Project<br />

included an initial sizing and siting study for a 30,000 GPM station needed to reduce flooding along the Intracoastal<br />

Waterway. The design includes a submersible duplex station with influent solids separation system; axial flow pumps, surface<br />

water discharge; power, control and telemetry systems; and, sitework and landscaping for this $3.1 million pump station.<br />

<strong>Engineering</strong> services include design, permitting, bidding, and construction management assistance. Cost: TBD<br />

(1) TITLE AND LOCATION (City and State)<br />

Phase 2 Regional Interconnect, Peace River Manasota<br />

Regional Water Supply Authority<br />

Manatee /Sarasota / Charlotte Counties and<br />

City of North Port, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Lead Engineer responsible for the preparation of a basis of design report and for the design and permitting of this 7-mile long,<br />

42-inch transmission main that included options for steel and ductile iron pipe, cathodic protection, three meter stations, 5<br />

interconnections with existing transmission mains, line valves, air valves and blow-offs. <strong>Engineering</strong> services included<br />

property acquisition, nine environmental and right of-use permits, contractor pre-qualification and cost estimating. Bidding<br />

services and construction management assistance are also being provided. Cost: $11 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

Stormwater Reuse Irrigation System<br />

Doral FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Engineer of Record for the study, design, permitting and construction of a stormwater reuse irrigation system serving the City<br />

of Doral’s 80-acre J.C. Bermudez Park. The system includes a 3,000 GPM stormwater pond intake and pumping system with<br />

provisions to connect to a future stormwater collection system; a pressure filtration and waste washwater sand filter system; 2<br />

MG ground storage tank; 1,500 gpm at 125 psi irrigation pumping station; 7,100 lf of 12-inch irrigation piping; and, a 10-acre<br />

irrigation system with smart controllers. The project is currently under construction at a cost of $2.9 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

Kenneth City Sewer System Rehabilitation<br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2002<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2007<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for this 2-phase project The first phase included the design, permitting, bidding, and construction<br />

management services for the rehabilitation of approximately 25,000 lf of residential sanitary sewer pipe. Rehabilitation was<br />

accomplished by the cured-in-place (Insituform) method. Cost: $1.6M Upon completion of the sewer line rehabilitation phase,<br />

performed infiltration and inflow study and then completed the design, permitting, bidding, and construction services related to<br />

the replacement of the pump station serving the sewage collection system along with a new 6-inch force main. Cost: $0.4<br />

million. Total Cost $2 million.


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

E. RESUMES (Complete OF KEY PERSONNEL one Section E PROPOSED for each key FOR person.) THIS CONTRACT<br />

(Complete one Section E for each key person.) (Complete one Section E for each key person.)<br />

12. NAME<br />

13. ROLE IN THIS CONTRACT<br />

WASTEWATER TREATMENT FACILITIES<br />

a. TOTAL<br />

Loc P. Truong, P.E.<br />

Design / Permitting<br />

10<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B. S. Chemical <strong>Engineering</strong><br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

MEMBERSHIP - American Water Works Association<br />

(1) TITLE AND LOCATION (City and State)<br />

South Cross Bayou Water Reclamation Facility<br />

Chemscan System<br />

Pinellas County, FL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

6<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 65709<br />

Drinking Water Treatment Plant Operator Class C Florida,<br />

No. 0014398<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

a.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Senior Project Engineer providing final drawing and specification review and development of the upgrade and installation of<br />

Chemscan automatic sampling and analysis systems at various location within the facility’s process train and their<br />

integration into the Plant SCADA system. Cost: $1.1 million<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

Reuse System Metering & Controls, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2006<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Project Engineer for the design and implementation of improvements to the County’s existing SCADA system.<br />

Improvements provide for remote operation and control of master reuse system. This project included PLC’s for control of<br />

high service pump stations and communication between wastewater treatment facilities via a virtual private network (VPN).<br />

Cost: $3.1 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Northeast Advanced Pollution Control Facility<br />

Chemical Feed Lines Replacement<br />

Clearwater, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

c.<br />

Project Manager for the design and construction of three dual wall chemical feed pipes from the plant's chemical feed<br />

pumps in the chemical building to the chlorine contact chamber. The project included replacement of existing chemical feed<br />

piping for sodium hypochlorite and sodium bisulfite with new dual wall high density polyethylene (HDPE) piping/valving. The<br />

project also included a below grade enclosure, sump, equipment, and alarm controls for detection of a leak in the chemical<br />

feed piping system. Cost: $43,000<br />

d.<br />

(1) TITLE AND LOCATION (City and State)<br />

Shady Hills Wastewater Treatment Plant Expansion<br />

Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2010<br />

Project Engineer for the instrumentation and controls systems for a wastewater treatment plant expansion from 2 to 14<br />

mgd. This project included a headworks structure, mixing/anoxic/aeration basins, clarifiers, filters, chlorine contact chamber,<br />

reject pond, pump stations, septage and grease receiving station, electrical, instrumentation, and plantwide SCADA<br />

controls. Designed plantwide SCADA System with eight (8) Industrial Touchscreen PC’s located around the facility for realtime<br />

monitoring and control. Cost: $67 million<br />

(1) TITLE AND LOCATION (City and State)<br />

South Cross Bayou Water Reclamation Facility Sludge<br />

Thickening Improvements Project, Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2012<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Senior Project Engineer providing instrumentation and SCADA system design for improvement to the sludge holding,<br />

thickening, and receiving process and odor control systems at Pinellas County’s 330 mgd South Cross Bayou Water<br />

Reclamation Facility . Specific responsibilities included PID and specification development, equipment selection and overall<br />

controls and electrical panel coordination. Cost: $7.7 million


12. NAME<br />

Lara Bartholomew, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Bachelor of Science, Civil <strong>Engineering</strong> 1995<br />

Purdue University<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Cost Estimates / Permitting<br />

a. TOTAL<br />

13<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer – Florida #61035<br />

8<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

(1) TITLE AND LOCATION (City and State)<br />

South Florida Water Management Water District S-124<br />

Water Control Structure, Broward County, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

a.<br />

b.<br />

c<br />

d.<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Support Engineer for the hydraulic and civil design for the replacement of the S-124 Control Structure for the<br />

South Florida Water Management District (SFWMD) with an estimated construction cost of $3.9M. The<br />

replacement structure consists of a triple 8’ x 6’ concrete box culvert with remotely operated slide gates, a<br />

design capacity of 550 cfs, hardened control room, and back-up power supply. Civil design plans and<br />

specifications included site plan, grading, drainage, levee access ramp, construction sequencing plan, vehicle<br />

barrier gate, floating trash barrier, security fence, warning signs, demolition and erosion/scour control plan,<br />

and canal stabilization treatments.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and<br />

Pump Station 717 Sewer Forcemain System Evaluation,<br />

Miami, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services contract through the Miami-Dade Equitable<br />

Distribution Work Program. The purpose of these projects is to identify Municipal jurisdictions, identify existing<br />

or required Right-of-Way, identify the points of connection of the proposed force mains, pump stations<br />

preliminary engineering, determine its sizes and determine the best route for the proposed force mains in<br />

terms of constructability, to prepare an opinion of probable cost of the selected route, to determine a list of<br />

required permits, and to prepare a preliminary project schedule. Role: <strong>Engineering</strong>, Modeling.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD 48" Water Main Interconnect in the Central<br />

East Area Route Analysis, Miami, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The MDWASD water transmission system in the Central East Area north of Downtown Miami needs to be<br />

completed from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th Street and south to an existing<br />

36-<strong>Inc</strong>h water main along NW 6th Street from NW 7 Avenue to NW 1st Court. This project involved<br />

performing a preliminary alternative water main route analysis in order to interconnect the existing 48-<strong>Inc</strong>h<br />

water main at NW 17 Street and the existing 36-<strong>Inc</strong>h on NW 6 Street. Role: <strong>Engineering</strong>, Modeling<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD - CL-1 Pump Station 1 to C-2 Forcemain<br />

Connection Preliminary Alternative Pipe Route<br />

Analysis, Miami, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2015<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

This project involved performing a preliminary alternative pipe route analysis so that PS 1 can pump west to<br />

an existing 42-<strong>Inc</strong>h force main which discharges at a manhole at NW 13th Avenue and NW 7th Street and the<br />

existing 48-<strong>Inc</strong>h force main in the same vicinity. Role: Environmental <strong>Engineering</strong>, Modeling<br />

(1) TITLE AND LOCATION (City and State)<br />

Peck Sink Preserve Water Control Structure<br />

Hernando County, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

This 111 acre County-owned site is dominated by karst features, including the Peck Sink complex, and<br />

receives mostly untreated storm water runoff from nearly 8,000 acres of urban and rural land uses in this<br />

closed drainage basin. Project objectives include storm water quality mitigation and volume management<br />

from both basin-wide and site-specific perspectives, development of a public park site for passive recreational<br />

uses, and restoration and management of native plant communities. <strong>King</strong> services include development of a<br />

master plan inclusive of park elements, stormwater infrastructure, design, permitting and construction bidding<br />

assistance. Role: <strong>Engineering</strong> Modeling


12. NAME<br />

Kyle D. Smith, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Roadway Drainage Design<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a. TOTAL<br />

6<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 71509<br />

b. WITH CURRENT FIRM<br />

5<br />

a.<br />

b.<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Hammock Park Natural Systems Restoration (Phase 2)<br />

Dunedin, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Drainage Engineer responsible for data collection and analysis of 3 years of hydrological data to determine the<br />

effectiveness of the environmental improvement design for Hammock Park. The project involved the construction of a<br />

channel control structure (dam) and two overflow weir structures to divert flow from an existing man-made channel to<br />

rehydrate an adjacent wetland system as well as provide bank stabilization to surrounding residential areas that border the<br />

existing channel. Cost: $1.1 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Palatlakaha River Watershed Study<br />

Lake County Water Authority<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

Engineer involved in the development of a watershed model and dam structure removal/replacement evaluations for the<br />

Palatlakaha River Restoration Project in Lake County. The overall contributing area of the Palatlakaha River watershed is<br />

over 200 square miles with the river exceeding flows of 1000 cfs during the flood flow “gates open” condition. For this<br />

project, the drainage study area was limited to the 50 square mile drainage basin from Cherry Lake to the outfall at Lake<br />

Harris. In order to quantify the upstream contributing area, flood frequency analyses were performed using USGS flow<br />

data at gage stations along the river to quantify the flood frequency inflows. This project involves evaluation of existing<br />

manually operated radial gate dam structures along the river, preparation of final design plans for the structure modification<br />

and permitting with the goal of removing the manual operations of the radial gates. Other activities included permit<br />

research, analysis of existing rainfall and flow data, analysis of existing drainage basin data and statistical analysis of<br />

historic flow data. Cost: $500,000<br />

(1) TITLE AND LOCATION (City and State)<br />

Granger Drive Neighborhood Drainage Improvements<br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Engineer involved in the preliminary engineering phase of this drainage improvement project located in Clearwater, FL.<br />

Activities include permit research and analysis of existing data. Fee: $34,500<br />

d.<br />

e.<br />

(1) TITLE AND LOCATION (City and State)<br />

MacDill AFB Restoration Phase 3<br />

SWFWMD SWIM<br />

PROFESSIONAL SERVICES<br />

2012<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

Engineer responsible for assisting in the design of a proposed diversion of stormwater from an existing tidal channel<br />

system through a cascading pond system to increase systems salinity and provide water quality treatment for MacDill Air<br />

Force Base. Activities include existing permit research, analysis of existing basin data, development of the hydrologic and<br />

hydraulic stormwater models, design of the main channel diversion structure as well as several other conveyance<br />

elements. Design phase is nearing completion. Cost: TBD<br />

(1) TITLE AND LOCATION (City and State)<br />

River Tower Restoration and Stormwater Retrofit<br />

SWFWMD SWIM / FDOT<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2012<br />

Engineer responsible for the design of a stormwater retrofit project located adjacent to the Hillsborough River. Proposed<br />

design included a diversion of low flows from an existing 78-inch storm sewer trunk line along I275into a proposed<br />

stormwater treatment pond. Duties included permit research, basin pollutant loading and removal calculations, basin data<br />

collection and verification, sub-basin delineation, development of an existing and proposed drainage model of a 700 acre<br />

highly urbanized watershed, development of construction plans and preparation of quantity take-offs and construction cost<br />

estimate. Cost: $2.1 million


12. NAME<br />

Jennifer Harkleroad, PE<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Roadway & Drainage Design<br />

a. TOTAL<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Jacksonville, FL<br />

10<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

3<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Bachelor of Science, Civil <strong>Engineering</strong><br />

University of Maryland<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer – Florida #65963<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

19. RELEVANT PROJECTS<br />

d.<br />

b.<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

Hamilton Jersey Drainage Improvements,<br />

Jacksonville, Florida.<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2013<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer for a 170 acre drainage project to relieve flooding within an existing subdivision. Prepared<br />

<strong>Engineering</strong> Report to evaluate design alternatives, including a large diameter gravity bypass main, local<br />

neighborhood improvements, and water quality improvements. Performed constructability review including<br />

utility relocation evaluation. Prepared cost estimates and recommended sequence of construction to address<br />

funding limitations.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miramar Tributary Improvements,<br />

Jacksonville, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2006<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The scope of the project was to replace the culverts crossing Emerson Street and Hendricks Avenue. <strong>King</strong><br />

reviewed the past design plans and the project limits to verify resource information determining the extent of<br />

current drainage system conditions.<br />

(1) TITLE AND LOCATION (City and State)<br />

Inwood Terrace Drainage Improvements,<br />

Jacksonville, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2006<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Inwood Terrace is located in the Southside of Jacksonville. The project limits are from Dunsford Terrace in the<br />

north, the FEC Railroad to the east, Emerson Street to the south and St. Augustine Road to the west. With<br />

the project budget in mind, <strong>King</strong> <strong>Engineering</strong> performed roadside drainage improvements to Inwood Terrace,<br />

Felch Avenue, <strong>King</strong>swood Road, Geneve Street and Drew Street to provide maximum results in efforts to<br />

alleviate drainage problems in the area by capturing the water and preventing it from ponding in the roadways<br />

during average rainfall events.<br />

e.<br />

c<br />

(1) TITLE AND LOCATION (City and State)<br />

Colonial Drive Pavement Rehabilitation,<br />

Clay County, Florida.<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

As the site-civil engineer, responsible for field reviews of the existing asphalt roadway and collect existing data<br />

to perform a pavement evaluation to determine the cause(s) of the current roadway distress, determine<br />

corrective measures and prepare engineering design plans for bidding. The project included approximately<br />

1,000-linear feet along Colonial Drive from Pebble Beach Road to just west of Belfry Court and the design of<br />

an underdrain system to avoid existing utility conflicts.<br />

(1) TITLE AND LOCATION (City and State)<br />

Chipola College Campus Improvements,<br />

Marianna, FL.<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2009<br />

2009<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Completed the design and permitting of the reconstruction and widening of River Forest Road to provide left<br />

and right turn lanes for the new Prough Drive access road to the campus. These improvements were<br />

coordinated with the hydraulic analysis and modeling for campus drainage improvements completed and<br />

permitted.


12. NAME<br />

Sandra L. Gorman, P.E., PTOE<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

M.S., Civil <strong>Engineering</strong><br />

B.S., Civil <strong>Engineering</strong><br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Traffic & Transportation Planning &<br />

<strong>Engineering</strong><br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a. TOTAL<br />

13<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

6<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 59530<br />

Professional Traffic Operations <strong>Engineering</strong>, No. 1545<br />

a.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

US 301 & Balm Riverview Road Intersection Improvements<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

Evaluated various geometric alternatives for the intersection as part of a Preliminary Design and <strong>Engineering</strong> (PD&E)<br />

Study for Hillsborough County. Recommended alternative geometry based on Level of Service (LOS), Delay, Queues, and<br />

constraining right-of-way. The analysis assisted the County in reaching a decision based on the above factors for the<br />

various proposed alternatives that were considered. Cost: $1.5 million<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

Highland Ave. Roundabout Evaluation<br />

Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Prepared analysis to evaluate the potential construction of a roundabout at the intersection of Highland Avenue and<br />

Rosary Ave in Pinellas County Florida. The analysis included the evaluation of am, pm and Sunday conditions using<br />

SIDRA software to compare operations under roundabout, signalized and unsignalized conditions. The location of a<br />

nearby church required that pedestrian and weekend activities also be considered in the analysis. Fee: $3,500<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Lenna Avenue at Wheeler Road<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Prepared a detailed traffic signal warrant analysis for the intersection of Lenna Avenue and Wheeler Road in Hillsborough<br />

County. Traffic data was collected and the study was performed to meet the criteria outlined in the Manual of Uniform<br />

Traffic Control Devices. The analysis included projecting volumes for year 2015 and 2019 and evaluating the intersection<br />

for a signal. Fee: $19,800<br />

(1) TITLE AND LOCATION (City and State)<br />

SR 56 Mansfield Signal Warrant, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

d.<br />

e.<br />

Prepared a detailed traffic signal warrant analysis for the intersection of SR 56 and Mansfield Boulevard in Pasco County.<br />

SR 56 is a new 6-lane state highway currently under construction in southeast Pasco County. The warrant analysis was<br />

performed to determine if a traffic signal would be warranted at the T-intersection upon opening of the new highway.<br />

Traffic volumes were projected using the FSUTMS model and other local data and the study was performed to meet the<br />

criteria outlined in the Manual of Uniform Traffic Control Devices. Fee: $15,000<br />

(1) TITLE AND LOCATION (City and State)<br />

School Safety, Circulation and Access Program-S.S.C.A.P.<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

Performed traffic signal warrant analysis as part of preliminary engineering services and evaluation studies of nineteen (19)<br />

Hillsborough County schools to determine best solutions for improving right and left turning movements in the am and pm<br />

peak hours. <strong>King</strong> is also providing preliminary design, permitting research, schematic construction plans, signalized<br />

intersection planning analysis preparation and Design-Build RFQ administration. Cost: $5.6 million


12. NAME<br />

Rajesh Chindalur, PE<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Bachelor of Science, Civil <strong>Engineering</strong>, 1994<br />

Bangalore University<br />

Masters of Civil <strong>Engineering</strong>, 2003<br />

University of Texas at Arlington<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Traffic & Transportation<br />

Planning & <strong>Engineering</strong><br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Jacksonville, FL<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

17<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

8<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer – Texas 99303<br />

19. RELEVANT PROJECTS<br />

a.<br />

b.<br />

c.<br />

d.<br />

e<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

MOT Traffic Analysis, State and Union Street PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

Phase 2, Duval County, FL<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Performed traffic analysis to determine the closing of two lanes on State and Union Streets between Clay Street and Liberty<br />

Street to expedite completion of construction of the street-scaping improvements on both streets would cause traffic on Union<br />

Street to back up onto I-95 and recommend a detour plan that would alleviate traffic congestion on State and Union Streets.<br />

Used Synchro/SimTraffic 6 to prepare capacity analysis and prepare a simulation of the corridors to project the back ups due to<br />

lane closure and determined how much traffic must be diverted during the AM and PM peak hours to prevent the back ups onto<br />

I-95 and the Mathews Bridge Expressway.<br />

(1) TITLE AND LOCATION (City and State)<br />

Downtown Jacksonville Pedestrian Mobility<br />

and Safety Enhancement Study, Duval<br />

County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer for the pilot study showed that enhancing pedestrian mobility and safety could be achieved by not adversely<br />

reducing automobile mobility of Downtown Patrons. As such, the City of Jacksonville authorized an expanded study to identify<br />

strategies for enhancing pedestrian mobility and safety along Adams Street, Monroe Street, Pearl Street and Julia Street. The<br />

study also included the portions of Clay Street and Monroe Street to be closed due to the construction of the new County<br />

courthouse. The study included changing these existing one-way streets to two-way streets, recommendations to exclusive<br />

turn lanes, on-street parking, signalization and access to surface parking lots within the existing width of road. Several traffic<br />

calming strategies that could be implemented were identified to enhance pedestrian walkability.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

San Marco Riverwalk Traffic Impact Study, PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

Duval County, FL<br />

2006<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer to analyze the traffic impacts of the project. Estimated the impact of this project on the Downtown Roadway<br />

network and intersections. This proposed project was the first to face the parameters outlined in the Downtown TCEA<br />

ordinance. As such, <strong>King</strong> and the JEDC worked extensively to quantify the benefits of the various TCEA strategies to the<br />

impacted roadway network.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

JTA Interchange Study, Duval County, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Transportation Planner/Engineer responsible for assisting in the analysis and results of the Phase II and Phase III Better<br />

Jacksonville Plan (BJP) Interchange Component Evaluation study for the Jacksonville Transportation Authority. The study was<br />

to evaluate four corridors in southeast Duval County to determine the best combination of improvements at selected study<br />

intersections on the corridors to reduce congestion and delay in the PM peak design hour (K 30) for the horizon year 2025<br />

traffic. Used Synchro 6/SimTraffic in the analysis to estimate delay and network speed.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Corridor Study – SR 200 (A1A), Nassau<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

County, FL<br />

2006<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer responsible for the traffic study of the SR 200 (A1A) corridor to assess existing traffic conditions, estimate<br />

future traffic conditions and make recommendations for interim and long-term transportation improvements. Evaluated the<br />

effect of six proposed roadway projects in eastern Nassau County on SR 200 (A1A) for the year 2015 and year 2025 traffic<br />

conditions. The evaluation included the determination of the best combinations of proposed roadway projects that provided the<br />

most relief to SR 200 (A1A) in terms of congestion, delay and safety. Developed a benefit cost index for each of the project<br />

combinations and prioritized the projects.


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME<br />

O. Denise Greer, P.E., LEED AP 13. ROLE IN THIS CONTRACT<br />

Civil Site Planning & Design<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong><br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a. TOTAL<br />

24<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional Engineer Florida, No. 47679<br />

b. WITH CURRENT FIRM<br />

7<br />

a.<br />

b.<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Fleet Services Bldg<br />

Manatee County, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Project Manager for site development, design and permitting for a 20,000 sq ft design-build 12 bay fleet service facility on<br />

a 4.84 AC site with support offices, break room, records library, mezzanine, virgin fluids distribution to each bay,<br />

containment of recovered fluids. Scope also provided exterior landscaping and irrigation, retention pond, parking areas<br />

storm water piping, and utilities. Cost $2.27 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Janie Poe Neighborhood Redevelopment<br />

City of Sarasota, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2009<br />

Principal-in-Charge / Project Manager for ±13.4 redevelopment project for the Sarasota Housing Authority. Project<br />

consisted of inquiry, design, permitting and construction management. Design included paving, grading water and<br />

wastewater, retrofit, stormwater design, FEMA map amendment. Property Management Building was LEED certified.<br />

Cost: $11.5 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Rothenbach Park Pavilion<br />

Sarasota County, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2009<br />

2007<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Principal-In-Charge / Project Manager for coordination of permitting, utility extensions, surveying and construction<br />

management including bidding and contract negotiation services for the pavilion and playground site. <strong>King</strong> worked with<br />

Sarasota County’s project manager to insure that the pavilion and playground complemented the other park amenities,<br />

which were designed by others under a separate contract with Sarasota County. The playground areas have the latest in<br />

safe playground equipment and a soft mulch surface so kids can run and jump with reduced risk of injury. The pavilion<br />

offers restrooms, kitchen facilities with a roll up door for serving counter, a grill with warming oven, a fireplace, a<br />

maintenance room and two exterior gathering areas. Cost: $250,000<br />

(1) TITLE AND LOCATION (City and State)<br />

Sleeping Turtles Preserve North<br />

Sarasota County, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

On Hold<br />

d.<br />

e.<br />

Principal-In-Charge / Project Manager for providing preliminary drainage design for park layout and refinement of design.<br />

Preliminary design of the 92 acre site which is part of the Environmentally Sensitive Lands Protection Program and the<br />

Myakka River Protection Zone included ADA trails, an observation deck, vehicle/horse trailer parking, kayak launch, fishing<br />

pier, observation tower, pavilions, playground, amphitheater, vegetative restoration areas. Due to the location and<br />

environmentally sensitive nature of the site, all improvements were to be sensitive to the local ecology. Final design of the<br />

project included improved roadway design, pervious parking lot, boulder climbing playground, ADA trails, custom pavilion,<br />

composting restrooms, potable well design, stormwater treatment system and a floodplain compensation area.<br />

Cost: $360,000<br />

(1) TITLE AND LOCATION (City and State)<br />

Manatee County BDS – Pelletizer Plant<br />

Manatee County, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

Principal-in-Charge / Engineer of Record for land use permitting and drainage design of new biosolids pelletizing plant at<br />

Manatee County’s Southeast Water Reclamation Facility. Cost: $14 million


12. NAME<br />

Misty M. Servia, AICP<br />

15. FIRM NAME AND LOCATION (City and State)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Land Use and Zoning<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Sarasota, FL<br />

23<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

5<br />

Page 48<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

B. S., Geography<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Memberships<br />

Manatee Habitat for Humanity Board of Directors<br />

Florida Planning and Zoning State Board of Directors<br />

Governmental Affairs Committee for the Gulf Coast Builders Exchange<br />

Manatee County Planning Task Force<br />

Awards<br />

“Meritorious Service Award” for participation in developing the 1990 Manatee County<br />

Land Development Code for Manatee County<br />

APA “Award of Merit” for being part of a three-person team that developed the<br />

“Manatee County Youth Planning Commission”<br />

19. RELEVANT PROJECTS<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

Parrish Lakes DRI, Plan Amendment, Rezone, & General<br />

Dev Plan, Manatee County, FL<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Part of the team that created an ADA, Plan Amendment, and Rezone for a 1,150 acre, master planned, mixed-use project,<br />

including a town-center. The DRI contains 3,300 residential units, 400,000 square feet of commercial, and 50,000 square<br />

feet of office space. This project was recently filed with the Tampa Regional Planning Council & Manatee County.<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

Harborview DRI and Plan Amendments,<br />

Charlotte County, FL<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Part of a team that was selected by the Developer in the middle of the project to carry the effort forward to approval. The<br />

efforts are ongoing and include responding to Sufficiency Comments for the addition of a 139-acre parcel to the existing<br />

Harborview DRI and filing two new Comprehensive Plan Amendments to support the project.<br />

c.<br />

d.<br />

e.<br />

(1) TITLE AND LOCATION (City and State)<br />

Little Cypress Plan Amendment & Rezone,<br />

Hardee County, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Filed and received approval of a Comprehensive Plan Amendment in Hardee County to change the Future Land Use from<br />

AGR to RCN to allow for a mixed-use project. Efforts included negotiations with the City of Zolfo Springs to provide a<br />

future source potable water to the project and greater area. Ms. Servia also received approval of a rezone for Phase I of<br />

the project.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Habitat for Humanity, Manatee County, FL<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

2007<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Worked with Manatee County to receive approval of a Rezone and Preliminary Site Plan for a planned development<br />

project that included 18 single family attached affordable housing project. This effort also included negotiating an off-site<br />

roadway improvement and working to secure a CDBG grant.<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

Parrish Centre, Parrish, FL<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

2008<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Won approval of a Comprehensive Plan Map Amendment that revised the Future Land Use from UF-3 to MU to<br />

accommodate a 750-acre employment center for the Parrish community. Efforts included a 2-day design charette with a<br />

nationally recognized architect, development of an Urban Sprawl Analysis and Population Needs Analysis to support the<br />

amendment, and negotiations with the State of Florida that lead to an approval of the amendment.


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

12. NAME<br />

Lawrence F. Kistler<br />

15. FIRM NAME AND LOCATION (City and State)<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Drainage (Erosion and Sediment Control /<br />

Site Grading & Stormwater Runoff<br />

Modeling & Design)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

14. YEARS EXPERIENCE<br />

a. TOTAL<br />

37<br />

b. WITH CURRENT FIRM<br />

19<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Ulster County Community College- Advanced Computer Training Institute<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND<br />

DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

(1) TITLE AND LOCATION (City and State<br />

Wiregrass Ranch, Pasco County, FL<br />

19. RELEVANT PROJECTS<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)<br />

Ongoing<br />

Est. 2020<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Operation Manager for various development projects for the Wiregrass Ranch. Completed Wiregrass project to consist of<br />

include 14,000 residential units, 2.2 million square feet of office, 100 bed hospital (60% near completion), 120 room hotel, a<br />

community college and 3.2 million square feet of commercial with multi-faceted development team. Project includes five<br />

school sites, mixed-use town center, regional retail centers and employment centers, a National Tennis Center. Recently<br />

completed- The Shops at Wiregrass for which he served as Operation Manager, Land Development for a 735,000 sf Life Style<br />

Center on 75.3 acres in Pasco County. Scope included boundary, tree and topographic survey, preliminary phase services,<br />

construction drawings for paving, grading, drainage, water and sewer infrastructure improvements, permitting and construction<br />

administration services for the design of this regional mall. Also serving as District Engineer for the Wiregrass Community<br />

Development District. Cost: TBD<br />

(1) TITLE AND LOCATION (City and State<br />

Marine Science Research Center at USF, St. Pete Campus, St.<br />

Petersburg, FL<br />

PROFESSIONAL SERVICES<br />

2004<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2004<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager in charge of preparing the pans and specifications for the paving, grading, drainage, water and sewer systems<br />

for this 4.8 acre project. Worked with the architect to develop conceptual and final plans for this extremely tight marine science<br />

center site. Prepared plans for the relocation of utilities, which remained in service during construction, including water, sewer,<br />

gas, steam and telephone. Land surveying, traffic maintenance, environmental permitting and construction management<br />

services were also provided Cost: $24 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Criminal Court Facility, Pinellas County, FL<br />

PROFESSIONAL SERVICES<br />

1998-99<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2000<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Provided design, permitting, and surveying for the site engineering of this $60 million judicial complex at 49th Street. Managed<br />

the preparation of engineering, public utility, and environmental permitting/resource issues in the preparation of a Florida<br />

Quality Development Application for Development Approval. Also designed a water reuse distribution system and access to<br />

remote parking areas. <strong>King</strong> assisted in the coordination of two bridges over a canal between the two parking lots. During<br />

construction, <strong>King</strong> provided NPDES permitting and monitoring services, which consisted of evaluating stormwater runoff to<br />

ensure there was no degradation of water quality due to construction activity.<br />

Cost: $60 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Liberty Middle School/ Freedom High School aka Middle School<br />

JJ and High School JJJ, Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2003<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2003<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager for civil engineering and boundary survey for the park, environmental audit, and environmental permitting,<br />

which included an EPC, ACOE, and SWFWMD permits, and gopher tortoise study for a 148-acre campus for two new schools<br />

and a new city park (Tampa Community Park) for the Hillsborough County School Board. Liberty Middle School<br />

accommodates 1,537 students. Freedom High School sits on approximately 55 acres and serves 2,485 students and 229,000<br />

sf, The 40-acre Tampa community park was designed for the City of Tampa and included parking for 250, a 15,000 sf<br />

recreation building, a Park Maintenance Operations building and various shelter pavilions and restroom facilities. Cost: $40.25<br />

million<br />

(1) TITLE AND LOCATION (City and State)<br />

Heritage Pines, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2008<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Operations Manager, Land Development for this retirement community of 1,445 units on 650 acres in Pasco County. Services<br />

included preparation of Notice of Proposed Change to DRI and MPUD for Pasco County; preparation of engineering, master<br />

plans for master drainage, sanitary sewer, water distribution system and reuse system; and environmental permitting. This<br />

project also included plan production for Villages, as well as an 18-hole championship golf course. Cost: Est. $30 million


12. NAME<br />

Alberto Pisani, EI<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

M.S. Environmental <strong>Engineering</strong>, Florida International<br />

University, 2011<br />

B.S. Civil <strong>Engineering</strong>, Florida International University,<br />

2008<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

<strong>Engineering</strong> Analysis / Cost Estimate /<br />

Reports / Permitting / Construction<br />

Documents / Specifications<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Doral, FL<br />

3<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

1<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Engineer Intern Florida No. 1100012190<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Mr. Pisani has three years of experience in the fields of civil and environmental engineering. His technical experience includes SFWMD<br />

water use permitting for commercial developments; environmental permitting for rock quarries in South Florida; writing technical reports;<br />

water main and sanitary sewer design, permitting, and submittal of plans for review to City and County regulating agencies; and drainage<br />

calculations (exfiltration trench, drainage well, and detention/retention pond) to meet SFWMD flood criteria. Mr. Pisani is proficient in<br />

AutoCAD/Autodesk, ArcGIS, ICPR, HEC-HMS, HEC-RAS, and Access database.<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Miami Springs Sanitary Sewer Evaluation Survey<br />

(SSES), Miami Springs, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2015<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

This project involved performing a preliminary alternative pipe route analysis so that PS 1 can pump west to<br />

an existing 42-<strong>Inc</strong>h force main which discharges at a manhole at NW 13th Avenue and NW 7th Street and<br />

the existing 48-<strong>Inc</strong>h force main in the same vicinity.<br />

<strong>Engineering</strong><br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD 48" Water Main Interconnect in the Central East<br />

Area Route Analysis, Miami, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2014<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The MDWASD water transmission system in the Central East Area north of Downtown Miami needs to be<br />

completed from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th Street and south to an<br />

existing 36-<strong>Inc</strong>h water main along NW 6th Street from NW 7 Avenue to NW 1st Court. This project involved<br />

performing a preliminary alternative water main route analysis in order to interconnect the existing 48-<strong>Inc</strong>h<br />

water main at NW 17 Street and the existing 36-<strong>Inc</strong>h on NW 6 Street. <strong>Engineering</strong><br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Miami Springs Sanitary Sewer Evaluation Survey,<br />

Miami Springs, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The project involves construction management and inspection of a Sanitary Sewer Evaluation Survey<br />

(SSES) for a portion of the Miami-Dade Water and Sewer Department's (MDWASD) wastewater collection<br />

system within the City of Miami Springs, Florida. The sanitary sewer collection system consists of<br />

approximately 46 miles of gravity pipes, 912 manholes, and 17 separate wastewater collection basins<br />

within the City of Miami Springs, Florida. <strong>Engineering</strong><br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and Pump<br />

Station 717 Sewer Forcemain System Evaluation, Miami, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2012<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services contract through the Miami-Dade Equitable<br />

Distribution Work Program. The purpose of these projects is to identify Municipal jurisdictions, identify<br />

existing or required Right-of-Way, identify the points of connection of the proposed force mains, pump<br />

stations preliminary engineering, determine its sizes and determine the best route for the proposed force<br />

mains in terms of constructability, to prepare an opinion of probable cost of the selected route, to determine<br />

a list of required permits, and to prepare a preliminary project schedule. <strong>Engineering</strong><br />

(1) TITLE AND LOCATION (City and State)<br />

City of Florida City Roadway Improvement, Florida City,<br />

Florida<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2008<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The project involved the resurfacing of NW 3 rd Avenue in the City of Florida City from Lucy Street to Davis<br />

Parkway. Prepared paving, grading, and drainage plans to bring up to City and County code the roadway<br />

being resurfaced, including sidewalks and intersections.


12. NAME<br />

Peter J. Bottone<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.A., Biology<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Ecological Services<br />

a. TOTAL<br />

28<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Certifications:<br />

Certified USACE Wetland Delineator<br />

Basic Prescribed Fire Training-Certificate No. 932325<br />

PADI Certified<br />

Memberships:<br />

Florida Native Plant Society<br />

Trout Unlimited<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

Robinson Preserve Habitat Restoration, Manatee County, FL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

5<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2008<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manager and lead ecologist responsible for development of a conceptual restoration plan and construction design for the 487-acre<br />

Robinson Preserve. This regionally significant Manatee County project was co-funded by the SBNEP, FDEP, SWIM and USFWS and will<br />

be the largest of its kind under the SBNEP. The project will result in the creation of 104.5 acres of estuarine and palustrine wetlands, 55<br />

acres of upland and estuarine habitat enhancements and will incorporate various passive recreational features including a 2.5-mile kayak<br />

trail (blueway) system, fishing pier, numerous boardwalks, observation platforms and over 5 miles of hiking and multi-use pedestrian<br />

trails. Cost: $100,000<br />

(1) TITLE AND LOCATION (City and State)<br />

Coral Creek Ecosystem Restoration, SWFWMD<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Ongoing<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Manger responsible for development of a conceptual habitat restoration master plan and the construction design/ implementation<br />

of two habitat restoration projects on the 2,600-acre Coral Creek Property within the FDEP’s Charlotte Harbor Aquatic State Buffer<br />

Preserve for the SWFWMD SWIM program. Activities include habitat assessments, hydrological analysis, protected species evaluations,<br />

ecosystem restoration design, multi-agency coordination and permitting. Critical project elements include analysis of hydrological and<br />

salinity effects related to the potential removal of dam structure on the West Branch of Coral Creek and diversion of flows leaving the<br />

Rotonda West development to restore historic site hydrology.<br />

Cost: $300,000<br />

(1) TITLE AND LOCATION (City and State)<br />

I-75 from Golden Gate Pkwy to Bonita Beach Road Final<br />

Design<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Collier and Lee Counties, Florida. Project Manager responsible for overseeing wetland jurisdictional determinations, protected species,<br />

wetland impact and UMAM/WRAP assessments, agency coordination, mitigation, and permitting for 10 miles of interstate improvements<br />

associated with FDOT’S Mobility 2000 Improvements. Project entailed updating various FHWA/NEPA documentation including the 2002<br />

Endangered Species Biological Assessment and Pond Siting Report, and required additional coordination with the USFWS/FWC<br />

regarding potential impacts to several protected species such as the Florida panther, wood stork, eastern indigo snake, and the redcockaded<br />

woodpecker. Cost: $120,000<br />

(1) TITLE AND LOCATION (City and State)<br />

Alligator Creek Restoration, Charlotte County, FL<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2001<br />

2000<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Ecologist responsible for development of a master conceptual restoration plan and construction design of two restoration projects<br />

on the FDEP-owned and managed 1,600-acre Alligator Creek Addition Parcel for the Charlotte Harbor SWIM Program and FDEPs<br />

Charlotte Harbor State Preserve Park. Activities include habitat assessments, wetland delineations, protected species evaluations,<br />

restoration design integrated with the existing trail system and FDEP management strategies, multi-agency coordination and permitting.<br />

The resulting Conceptual Restoration Plan was used by SWIM/FDEP as a basis for subsequent planning, budgeting and implementation<br />

of numerous habitat restoration projects in two additional Phases (2 &3). Cost: $140,000<br />

(1) TITLE AND LOCATION (City and State)<br />

I-4 Widening, Polk County, FL<br />

PROFESSIONAL SERVICES<br />

2000<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2007<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Environmental Project Manager responsible for providing environmental permitting assistance for a 5.8-mile Multi-Modal I-4 Widening<br />

project through the Green Swamp. Activities included wetland jurisdictional determinations, threatened/endangered species<br />

assessments, wildlife corridor siting analysis, planning and crossing design, pond siting analysis, mitigation design, agency coordination<br />

and permit application preparation. Served on the Multi-Agency I-4 Corridor Advisory Committee representing FDOT in providing<br />

coordination with various stakeholders including FDEP, SWFMWD, SJRWMD, FWC and Polk County for long-range facility planning.<br />

Cost: $128,000


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME<br />

Michael D. Palmer<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Biology<br />

13. ROLE IN THIS CONTRACT<br />

Ecological Services<br />

a. TOTAL<br />

25<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

23<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Memberships: Gopher-Tortoise Council<br />

Certifications: Florida Fish and Wildlife Conservation Commission Scientific Collecting Permit No. WV00464, FWC Gopher Tortoise Agent Permit<br />

No. GTA-09-00026<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

Odessa Northeast Segment Reclaimed Water Transmission Main,<br />

Odessa, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

On Hold<br />

Performed wetland delineations and prepared permit applications for approximately 20 miles of 20 and 24-inch<br />

reclaimed water transmission main, including roughly 48 wetlands and two river crossings. Cost: $3.5 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Phase 2 Regional Interconnect, Peace River Manasota Regional<br />

Water Supply Authority<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2012<br />

Ecological Services Coordinator for the permitting of the project. Completed and filed FDEP ERP Individual<br />

permits for the 42-inch regional transmission main and also for the replacement of existing culverts.<br />

Completed gopher tortoise burrow field survey and filed a gopher tortoise temporary exclusion permit for the<br />

project. Cost: $17 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Bridge Replacement Wetland Mitigation Area Creation, Tampa<br />

Bay and Coastal Basin, Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2001<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2003<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Field Ecologist involved with the wetland delineation and permitting associated with the 15 mile pipeline<br />

corridor interconnecting the desalination facility at the Big Bend Power Plant and the water treatment facility<br />

north of State Highway 60. This project required approvals from Florida Department of Environmental<br />

Protection, U.S. Army Corps of Engineers and Environmental Protection Commission of Hillsborough County<br />

and involved the subaqueous crossing of the Alafia River and Little Bullfrog Creek along with numerous<br />

wetland and surface water areas. Cost $112 million<br />

(1) TITLE AND LOCATION (City and State)<br />

North-Central Pasco Reclaimed Water Main, Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

Ecological Services Task Manager responsible for coordinating listed species assessments, gopher tortoise<br />

survey and permitting, wetland delineation and environmental resource permitting for this 22 mile proposed<br />

pipeline installation project. Conducted alternative routing and feasibility analysis. Cost: Est. $21 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Tampa Bay Desalination Facility Project, Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2001<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2003<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Provided professional consulting services to the Hillsborough County Public Works Department, which<br />

included coordination, conceptual design, and base data collection for the identification of potential bridge<br />

wetland mitigation areas within the specific SWFWMD ERP Drainage Basin known as the Tampa Bay and<br />

Coastal Basin. Also provided coordination of any associated acquisition of identified bridge wetland mitigation<br />

area, design of the bridge wetland mitigation area, assistance in the permitting of the bridges' wetland<br />

mitigation, and coordination of the mitigation area construction. This project resulted in the construction of two<br />

mitigation sites within the Tampa Bay and Coastal Basin. Cost: $112 million


12. NAME<br />

Joshua Logan, P.E.<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Construction <strong>Engineering</strong> Inspection<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Civil <strong>Engineering</strong>, University of Florida, 2000<br />

M.S., <strong>Engineering</strong>, University of Florida, 2002<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Memberships<br />

American Society of Civil Engineers<br />

a.<br />

b.<br />

c.<br />

d.<br />

a. TOTAL<br />

10<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Professional <strong>Engineering</strong> License FL#67467<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

Master Pump Station B Refurbishments, Temple Terrace, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

b. WITH CURRENT FIRM<br />

4<br />

CONSTRUCTION (if applicable)<br />

ongoing<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer and Construction Field Representative providing construction oversight assistance for the<br />

demolition of an existing wet pit/dry pit wastewater pump station, the construction of a new submersible<br />

pump station and the installation of approximately 1,460 LF of 16-inch force main including a 755 LF<br />

directional drill under the Hillsborough River. Cost: $1 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

Largo Lift Station 23 & 40, Largo, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2008<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Project Engineer and Construction Field Representative providing design input and resolution to all RFI's<br />

throughout the construction process. Services provided the complete refurbishment of two existing pump<br />

stations. Action items included the demolition and replacement of all valves, pumps, wire racks, wetwell<br />

liner, valve vaults, top slabs, hatches, float switches, antennas and control panels. Cost: $200,000.<br />

(1) TITLE AND LOCATION (City and State)<br />

Lake Avenue Pump Station and Force Main, Largo, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

est 2011 - force main<br />

only<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Provide survey, hydraulic analysis, design, bidding, and construction observation services for the installation<br />

of approximately 9,200 lf of 10-inch and 24-inch force main through commercial and residential areas. Role:<br />

Project Engineer responsible for design and permitting of a pump station upgrade and ±9,200 LF of 10 and<br />

24-inch force main through a congested residential area. Role: Construction <strong>Engineering</strong><br />

(1) TITLE AND LOCATION (City and State)<br />

Ulmerton Road Utility Relocation, Largo, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

Project Engineer overseeing utility relocation on approximately 6,000 linear feet of 4-inch and 8-inch force<br />

main as well as 1500 feet of gravity sewer main with associated manhole relocation and construction. Duties<br />

included attendance at weekly progress coordination meetings, coordination with and between FDOT and<br />

the Utility owners, field oversight of the contractor. The project consisted of the widening and resurfacing of<br />

approximately 3.8 miles of 4 lane roadway (SR-688) in Largo, FL. The widening included two new lanes and<br />

resurfacing of all existing pavement within the project limits. Cost: $1.2 million.<br />

(1) TITLE AND LOCATION (City and State)<br />

North Central Pasco Reclaimed Main & Force Main<br />

Pasco County, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Route study, planning and design and permitting of approximately 7.5 miles of 36" potable water main, 36"<br />

reclaimed water main, and 8.5 miles of 12" and 16" force main serving the north-central area of Pasco<br />

County. Role: Construction <strong>Engineering</strong>


12. NAME<br />

Hamley Pacheco, EI<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Construction Management / Observation,<br />

Inspection / Shop Drawing Review<br />

15. FIRM NAME AND LOCATION (City and State)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Doral, FL<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

a. TOTAL<br />

2<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

b. WITH CURRENT FIRM<br />

2<br />

Bachelor of Science, Civil <strong>Engineering</strong>, 2009<br />

Engineer Intern # 1100013845<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Experience in Sanitary Sewer Evaluation Survey (SSES), construction management, inspections, design, and administration. Construction<br />

engineering inspections experience includes daily site inspections, shop drawing review, testing and certification of materials, and payment<br />

requests review. Proficient in AutoCAD, GIS, and Microsoft Office.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Miami Springs Sanitary Sewer Evaluation Survey (SSES)<br />

Miami Springs, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

a.<br />

b.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The project involves construction management and inspection of a Sanitary Sewer Evaluation Survey (SSES) for a<br />

portion of the Miami-Dade Water and Sewer Department's (MDWASD) wastewater collection system within the City of<br />

Miami Springs, Florida. The sanitary sewer collection system consists of approximately 46 miles of gravity pipes, 925<br />

manholes, and 17 separate wastewater collection basins within the City of Miami Springs, Florida.<br />

Construction Management / Inspection / Evaluation / Repair Recommendations /Smoke Testing.<br />

(1) TITLE AND LOCATION (City and State)<br />

JC Bermudez Park Recycled Stormwater Irrigation<br />

Doral, FL<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Major project components included emergency lake intake structure, propeller meter (2), 2 MG above ground storage<br />

tank, 3,000 gpm stormwater pump station, 130 micron disk filters with automatic backwash, bleach disinfection system,<br />

1,400 gpm irrigation pumps, 7,000 feet of 12-inch diameter main, irrigation system, and automated controls. The project<br />

was partially funded by a $1M AWS grant from the SFWMD.<br />

Construction Management / Inspection.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD Pump Station <strong>Engineering</strong> Reports (6) and Pump Station<br />

717 Sewer Forcemain System Evaluation<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c.<br />

d.<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

BODR Assistance for six pump station engineering reports and the associated force main system that included field<br />

inspections, pump station evaluation, hydraulic analysis, cost analysis, alternatives analysis, and pump upgrade<br />

recommendations. The project involved the analysis of several alternatives in order to best serve the sewer system<br />

during 2030 projected flows and pressures. Pump stations were inspected for wet well condition, dry pit condition, pump<br />

sizing, mechanical and electrical requirements, and overall siting.<br />

Cost Estimate / Utility Coordination<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD 48-inch Water Main Interconnect in the Central East Area<br />

Route Analysis<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

The project involved a 48-inch water main route analysis required to interconnect the Hialeah/Preston service area in the<br />

north with the Alexander Orr service area in the south with a 48-inch water transmission main. The project spanned 1.5<br />

miles along the selected route in roads with heavy traffic and congested utilities.<br />

Cost Estimate / Utility Coordination.<br />

(1) TITLE AND LOCATION (City and State)<br />

MDWASD - CL-1 Pump Station 1 to C-2 60-inch Forcemain<br />

Connection Preliminary Alternative Pipe Route Analysis<br />

PROFESSIONAL SERVICES<br />

2010<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

This project involved performing a preliminary alternative pipe route analysis so that PS 1 can pump west to an existing<br />

42-<strong>Inc</strong>h force main which discharges at a manhole at NW 13th Avenue and NW 7th Street and the existing 48-<strong>Inc</strong>h force<br />

main in the same vicinity.<br />

Cost Estimate / Utility Coordination.


12. NAME<br />

Scott D. Sheridan, RLA<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

B.S., Environmental Planning and Design<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Neighborhood Beautification,<br />

Presentation Materials<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

16<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

Registered Landscape Architect, State of Florida, No. LA0001662<br />

8<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

Memberships<br />

American Planning Association<br />

American Society of Landscape Architects<br />

International Society of Arborist<br />

a.<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State<br />

Florida VANC Columbaria at the Florida National Cemetery Expansion - 5000<br />

Crypt Expansion, Sumter County, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)<br />

2003<br />

2004<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [x] Check if project performed with current firm<br />

Provided landscape architectural design services for the expansion of the existing Florida National Cemetery located in Bushnell, Florida.<br />

This design/build project consisted of approximately 5,000 double crypts, 1,000 columbaria units, and 2,700 in ground cremation plots. The<br />

scope of work for this $4,000,000 project required conceptual planning, civil engineering, geotechnical, landscape architecture, irrigation,<br />

structural, and surveying services from <strong>King</strong>. Cost: $4,000,000<br />

(1) TITLE AND LOCATION (City and State<br />

Koll - Intellicenter – Tampa, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2008<br />

b.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

[x] Check if project performed with current firm<br />

This LEED project involved a class-A office development of 370,000+ SF on 30 m.o.l. in the master planned office park of Telecom Park in<br />

Temple Terrace, Florida. Telecom Park is a 340+ acre park on the east side of the Hillsborough River between the University of South Florida<br />

and I-75 on Fletcher Avenue. The office site consists of one 4-story and on 3-story office building with at-grade parking among native tree<br />

canopy. The master landscaping was planned to compliment the park’s atmosphere of a natural setting by maintaining as much tree canopy<br />

as possible within the development. The project received USGBC Silver Certification. Estimated Construction Cost: $20 million<br />

(1) TITLE AND LOCATION (City and State)<br />

(2) YEAR COMPLETED<br />

University of South Florida, Interdisciplinary Research Building, Tampa, FL PROFESSIONAL SERVICES CONSTRUCTION (If Applicable)<br />

2003<br />

2005<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [x] Check if project performed with current firm<br />

c.<br />

Provided project oversight for the landscape and hardscape designs for new $22 million research facilities on campus. <strong>King</strong> provided<br />

landscape and hardscape architecture for the newly constructed research and office facilities in University of South Florida's Research<br />

Corporate Park. Responsible for the landscape architecture design treatments needed to incorporate into the design styles of both buildings,<br />

as well as provide a pedestrian experience that compliments both of the entries into the building. The design also provided for the utilization<br />

of many existing grand oaks and the use of native Florida plants, which allowed for effective xeriscaping principles. Cost: $22 million<br />

(1) TITLE AND LOCATION (City and State)<br />

Skycrest Traffic Calming, Clearwater, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2008<br />

d.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [x] Check if project performed with current firm<br />

Neighborhood traffic calming project included the preparation of design plans, landscape and irrigation plans, contract specifications, and<br />

provide bidding services for the construction of 6 modern roundabouts, 5 mini circles, continuous medians, drainage improvements, and<br />

various other traffic calming improvements. Provide landscape design for Skycrest neighborhood traffic calming. <strong>Inc</strong>ludes six roundabouts,<br />

stormwater design, traffic study, roadway design, specifications, and limited construction administration services. Cost: $1.6 million<br />

(1) TITLE AND LOCATION (City and State)<br />

South Glen Avenue/Burlingame Avenue Reconstruction<br />

Temple Terrace, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If Applicable)<br />

2006<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [x] Check if project performed with current firm<br />

This project included the preparation of design plans to reconstruct 2.2 miles of 2-lane, local, urban roadways. Services included topography<br />

survey, jurisdictional wetland survey, traffic design, master drainage study and stormwater design, environmental permitting, Hillsbrorough<br />

County Health Department permitting, roadway design, maintenance of traffic, signing and marking plans, and potable water plans, the use of<br />

two CDS units for stormwater pollution control and close coordination with the Temple Terrace Country Club.


12. NAME<br />

Clark C. Lohmiller<br />

15. FIRM NAME AND LOCATION (City and State)<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Landscape Design, GIS/Mapping<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Tampa, FL<br />

a. TOTAL<br />

7<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

7<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

BS Landscape Architecture, 2006<br />

University of Florida<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

Temple Terrace Downtown Redevelopment<br />

Temple Terrace, FL<br />

19. RELEVANT PROJECTS<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Rezoning and detailed landscape and irrigation design services for a 30 acre mixed use redevelopment project as part of<br />

the first phase of the City’s CRA plan. In addition, 3D graphics and conceptual renderings were provided and were<br />

included in the presentation to City Council. Fee: $24,000<br />

b.<br />

(1) TITLE AND LOCATION (City and State)<br />

Largo Towne Center<br />

Largo, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

Largo Towne Center, a redevelopment of the old Crossroad Mall on US 19, was proposed to consist of approximately<br />

600,000 sf of retail (including restaurants), 286 apartments, a town center and two parking structures. Services provided<br />

by <strong>King</strong> were as follows: site designing and permitting, survey and landscape. Fee: $838,000<br />

c.<br />

(1) TITLE AND LOCATION (City and State)<br />

Peck Sink Preserve<br />

Hernando County, FL<br />

PROFESSIONAL SERVICES<br />

2011<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

Responsible for review of all graphic and GIS data analysis for a stormwater improvement and public education park site<br />

located in central Hernando County. GIS services included: GIS data analysis; imagery and field data in the site inventory.<br />

Reviewed illustrations, master plan and interpretative educational park concept for this stormwater improvement project.<br />

Cost: $1.3 million<br />

d.<br />

(1) TITLE AND LOCATION (City and State)<br />

South County Solid Waste Transfer Station Expansion<br />

Hillsborough County, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2010<br />

Provided design and permitting for right of way buffering and screening. Landscaping utilized native vegetations of trees,<br />

shrubs and ground covers. Also incorporated a large berm for screening of noise and to provide enhancement of the<br />

roadway corridor. Design also included landscape irrigation system. Cost: $19.4 million<br />

e.<br />

(1) TITLE AND LOCATION (City and State)<br />

Intellicenter – Tampa Phase 1<br />

Tampa, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

(2) YEAR COMPLETED<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

CONSTRUCTION (if applicable)<br />

2008<br />

This LEED project involved a class-A office development of 370,000+ SF on 30 mol. in the master planned office park of<br />

Telecom Park in Temple Terrace, Florida. Telecom Park is a 340+ acre park on the east side of the Hillsborough River<br />

between the University of South Florida and I-75 on Fletcher Avenue. The office site consists of one 4-story and on 3-story<br />

office building with at-grade parking among native tree canopy. The master landscaping was planned to compliment the<br />

park’s atmosphere of a natural setting by maintaining as much tree canopy as possible within the development.<br />

Cost: $20 million


12. NAME<br />

Timothy W. Schram, Sr., PSM<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

Sinclair Community College, Dayton Ohio<br />

Middle Georgia College, Cochran Georgia<br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

13. ROLE IN THIS CONTRACT<br />

Surveyor<br />

a. TOTAL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>., Jacksonville Florida<br />

33<br />

14. YEARS EXPERIENCE<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

b. WITH CURRENT FIRM<br />

6<br />

Florida – Professional Surveyor and Mapper LS6533<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

He is active in his professions regional and national societies including the Florida Surveying and Mapping Society. He has specialized training<br />

in GPS and machine control technology.<br />

19. RELEVANT PROJECTS<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

J.C. Bermudez Park, City of Doral, Boundary, Topographic &<br />

Specific Purpose Survey, Miami-Dade County, FL -<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Boundary, topographic, tree and utility location survey of an 80 acre City of Doral public park. The project required an updated survey of<br />

all improvement s within and adjacent to the park boundary. This included all site improvements, private and public utility locations and<br />

adjoining improvements within 25 feet of the project boundary. Adjoining improvements within the right of way of NW 87 th Avenue, NW<br />

33 rd Street and NW 29 th Street were included in the project scope. A combination of V.R.S. GPS, robotic total stations and electronic<br />

levels were utilized in gathering the project field data. All data was processed daily and checked for completeness to alleviate or<br />

minimize return trips to the site.<br />

b.<br />

c.<br />

d.<br />

(1) TITLE AND LOCATION (City and State)<br />

U.S Coast Guard Housing Complex, Miami-Dade County Boundary<br />

and Record Survey, Miami-Dade County, FL -<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

n/a<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Boundary, topographic, tree and utility location survey of a 40 acre former U.S. Coast Guard housing campus. The site required<br />

complete record survey of all improvements including 38 structures, site improvements, private utility locations and adjoining<br />

improvements within 50 feet of the project boundary. The project schedule required completion and delivery within 30 calendar days<br />

from NTP. All work was completed and delivered within 26 calendar days. A combination of V.R.S. GPS, robotic total stations and<br />

electronic levels were utilized in gathering the project field data. All data was processed daily and checked for completeness to alleviate<br />

or minimize return trips to the site.<br />

(1) TITLE AND LOCATION (City and State)<br />

BODR Miami-Dade County WSA; PS-717 Sewer Forcemain System<br />

Evaluation, Miami-Dade County, FL -<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Provided GPS location services to geo reference six existing pump stations in the Pinecrest area of Miami-Dade County. Along with<br />

completing GPS location survey of improvements, measured as-builts of each lift station including wet wells, structures, mechanical,<br />

electrical and piping. This provided the Client with an existing conditions survey for inventory and base information for future design of<br />

upgrades and re-construction.<br />

(1) TITLE AND LOCATION (City and State)<br />

BODR CL-1 Pump Station to C-2 Forcemain Connection Alternative<br />

Pipe Route Analysis, Miami-Dade County, FL -<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

2011<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

Provided GPS project control, existing utility mapping, drainage improvements and existing conditions survey along a 6,000 lineal foot<br />

corridor in urban Miami-Dade. <strong>Inc</strong>luded GPS control network for alignment of existing utility and base mapping. GPS location of existing<br />

conditions, storm water structures and all existing visible utilities. The field mapped data was placed in a route analysis base map for<br />

providing preliminary design and alignment of the proposed new 60” forcemain. All data was geo referenced in Florida State Plane<br />

coordinates for insertion into aerial base maps to be included in the alternative route analysis report.<br />

(1) TITLE AND LOCATION (City and State)<br />

Miami-Dade Cooperative Extension / Agricultural Center, Boundary,<br />

Limited Topographic & Specific Purpose Survey, Miami-Dade<br />

County, FL<br />

(2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (if applicable)<br />

2010<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

e.<br />

Boundary, limited topographic, tree and utility location survey of a portion of a 5 acre tract located at the southwest corner of Biscayne<br />

Drive (SW 288th Street) and Redland Road (SW 187th Avenue) in the Homestead area. The project required an updated survey of all<br />

improvements within and adjacent to the Agricultural Center property. This included all site improvements, private and public utility<br />

locations and adjoining improvements within 25 feet of the project boundary. Adjoining improvements within the right of way of SW<br />

187th Avenue and SW 288th Street were included in the project scope. A combination of V.R.S. GPS, robotic total stations and<br />

electronic levels were utilized in gathering the project field data. All data was processed daily and checked for completeness to alleviate<br />

return trips to the site. The project required that the final survey product be delivered within a four week time line.<br />

STANDARD FORM 330 (1/2004) PAGE 1


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Sanitary Sewer Capital Improvement Plan, Town of Lauderdale-<br />

By-The-Sea, FL<br />

a. PROJECT OWNER<br />

Lauderdale by-the-Sea<br />

Municipal Services<br />

4501 Ocean Drive<br />

Lauderdale by-the-Sea, FL 33308<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mr. Don Prince<br />

Municipal Services Director<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

1<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

954-776-5119<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was retained by the Town of Lauderdale-By-The-Sea (LBTS) to provide sanitary sewer system evaluation,<br />

analysis and engineering services for their “Sanitary Sewer Capital Improvement Plan”. The sanitary sewer<br />

collection system consists of two separate wastewater collection basins with approximately 10.5 miles of gravity<br />

pipes, 165 manholes and two pump stations (60 HP and 7.5 HP) with their respective force mains.<br />

The project involved conducting evaluations to quantify the needs of the existing gravity sewer system, flow<br />

meter, and lift stations, recommend improvements, prepare cost estimates, and develop a Sanitary Sewer Capital<br />

Improvements Plan (SSCIP). The work performed included:<br />

• Video review of 165 CCTV inspections – 632 defects were identified.<br />

• Assign repair recommendations based on approved repair protocol – 252 repairs were recommended.<br />

• Flow meter evaluation – (1) verified meter was installed as per manufacture’s specifications (2) reviewed<br />

calibration records.<br />

• Inspection and evaluation of two lift stations including hydraulic analysis, spacing requirements and<br />

electrical requirements – various minor repairs were recommended.<br />

• Infiltration and inflow (I/I) evaluation, including the development of dry and wet weather hydrographs for<br />

each lift station – analysis identified both stations as rain dependent I/I (RDII).<br />

• Prepared a comprehensive SSCIP report to assist the town of LBTS in planning ongoing maintenance,<br />

system repairs and upgrades, and quantifying the potential savings from the implementation of an<br />

Infiltration and Inflow (I/I) program.<br />

The SSCIP plan included the costs of repairs to the gravity sewer lines and two lift stations as well as the<br />

replacement costs of the lift stations and other key components of the sewer system. In addition, it included costs<br />

related to a proposed Gravity Sewer System Capacity Evaluation Hydraulic Model, proposed Lift Station<br />

Monitoring Program, proposed Suspect Lateral I/I Program, and I/I Reduction Maintenance Program.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design<br />

(3) ROLE<br />

Planning, design


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Miami Dade Water and Sewer Department Basis of Design Reports<br />

a. PROJECT OWNER<br />

Miami Dade Water and Sewer Department<br />

3071 SW 38 th Avenue<br />

Miami, FL 33146<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Dan Edwards, P.E.<br />

Chief – Planning Section<br />

PROFESSIONAL SERVICES<br />

On-Going<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

2<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

786-552-8354<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope,<br />

size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services<br />

contract through the Miami-Dade Equitable Distribution Work<br />

Program. The purpose of these projects is to identify<br />

Municipal jurisdictions, identify existing or required Right-of-<br />

Way, identify the points of connection of the proposed force<br />

mains, pump stations preliminary engineering, determine its<br />

sizes and determine the best route for the proposed force<br />

mains in terms of constructability, to prepare an opinion of<br />

probable cost of the selected route, to determine a list of<br />

required permits, and to prepare a preliminary project<br />

schedule. These projects to date include:<br />

1) Pump Station <strong>Engineering</strong> Reports (six) and Pump<br />

Station 717 Sewer Forcemain System Evaluation<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. (<strong>King</strong>) has been selected<br />

by Miami-Dade Water and Sewer Department (MDWASD) to<br />

provide engineering services in the preparation of Basis of<br />

Design Reports. This work assignment involves preparing<br />

pump station engineering reports for six pump station<br />

upgrades, analyzing the proposed Pump Station (PS) 717<br />

sewer forcemain system and providing alternative forcemain<br />

recommendations. These Pump Stations are as follows:<br />

717, 719, 728, 730, 738, and 739.<br />

As part of the analysis, the following criteria were considered:<br />

• Force main’s maintenance issues solved (4-<strong>Inc</strong>h PS 717 force main and 10-<strong>Inc</strong>h golf course force main)<br />

• No “piggy backs”<br />

• No property issues (New booster pump station only)<br />

• Smaller pump station, less total dynamic head<br />

• Flow diversion availability (72-<strong>Inc</strong>h force main)<br />

• Cost effectiveness<br />

• No under utilization of PS 709<br />

2) 48-inch Water main Interconnect in the Central East Area (Downtown Miami) Preliminary Alternative<br />

Water Main Route Analysis: The MDWASD water transmission system in the Central East Area north of<br />

Downtown Miami needs to be completed from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th<br />

Street and south to an existing 36-<strong>Inc</strong>h water main along NW 6th Street from NW 7 Avenue to NW 1st Court.<br />

This project involved performing a preliminary alternative water main route analysis in order to interconnect the<br />

existing 48-<strong>Inc</strong>h water main at NW 17 Street and the existing 36-<strong>Inc</strong>h on NW 6 Street. The size of the<br />

interconnect water main was determined via modeling by MDWASD to be 48-<strong>Inc</strong>h water main. The proposed<br />

interconnect will improve water service in MDWASD’s service area, including but not delimited to the AA Arena,<br />

Fisher Island, Overtown, Port of Miami and the Village of Key Biscayne. Currently, when several cruise ships are<br />

being filled with water concurrently, and the existing 24-<strong>Inc</strong>h water main on the Rickenbacker Causeway is<br />

closed, Key Biscayne and Fisher Island do not receive adequate water supply. Therefore, the existing 30-<strong>Inc</strong>h<br />

and 24-<strong>Inc</strong>h on NW 6 Street from approximately NW 1st Court to Biscayne Blvd were paralleled with a new 36-<br />

<strong>Inc</strong>h water main in order to improve the available water supply in the area.<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the


points of connection of the proposed force main, determine its size (48-<strong>Inc</strong>h) and determine the best route for the<br />

proposed force main in terms of constructability, to prepare an opinion of probable cost of the selected route, to<br />

determine a list of required permits, and to prepare a preliminary project schedule for 7,300 feet of 48-<strong>Inc</strong>h Water<br />

main in the Miami Downtown area.<br />

3) CL-1 Pump Station 1 to C-2 Forcemain Connection<br />

Preliminary Alternative Pipe Route Analysis:<br />

MDWASD has three wastewater treatment plants: South<br />

District Wastewater Treatment Plant (SDWWTP), North<br />

District Wastewater Treatment Plant (NDWWTP), and<br />

Central District Wastewater Treatment Plant (CDWWTP).<br />

The CDWWTP is one of two regional wastewater<br />

treatment plants that currently discharge wastewater<br />

through ocean outfalls. Pursuant to the requirements of<br />

Chapter 2008-232, Laws of Florida Domestic Wastewater<br />

Ocean Outfalls, the discharge of domestic wastewater<br />

through ocean outfalls in Florida will be prohibited after<br />

December 31, 2025. Currently, MDWASD is developing<br />

plans to divert flow from the CDWWTP to other<br />

wastewater treatment plants, including a proposed West<br />

District Water Reclamation Plant (WDWRP) and the<br />

SDWWTP. The proposed interconnection evaluated in<br />

this analysis would allow for wastewater flow from Pump<br />

Station 1 (PS 1) and Pump Station 2 (PS 2) to be diverted<br />

to the proposed WDWRP and the SDWWTP.<br />

This project involved performing a preliminary alternative<br />

pipe route analysis so that PS 1 can pump west to an<br />

existing 42-<strong>Inc</strong>h force main which discharges at a manhole<br />

at NW 13th Avenue and NW 7th Street and the existing<br />

48-<strong>Inc</strong>h force main in the same vicinity. The interconnect<br />

force main size was determined by MDWASD to be a 60-<br />

<strong>Inc</strong>h force main as a result of modeling showing that a 60-<br />

<strong>Inc</strong>h force main parallel to the existing 48-<strong>Inc</strong>h force main on NW 2nd Street would provide sufficient pumping<br />

capacity. The project begins on NW 6th Avenue where the point of connection with the existing 84-<strong>Inc</strong>h<br />

forcemain will be identified. The project then extends west and then north along a route to be determined to NW<br />

6th Street/NW 13th Avenue where the point of connection with the existing 42-<strong>Inc</strong>h force main will be identified.<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the<br />

points of connection of the proposed force main, determine its size (60-<strong>Inc</strong>h) and determine the best route for the<br />

proposed force main in terms of constructability, to prepare an opinion of probable cost of the selected route, to<br />

determine a list of required permits, and to prepare a preliminary project schedule for 5,700 feet of 60-<strong>Inc</strong>h<br />

Forcemain near the Miami Downtown area.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

c. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(3) ROLE<br />

Environmental <strong>Engineering</strong><br />

(3) ROLE<br />

Environmental <strong>Engineering</strong><br />

(3) ROLE<br />

Surveying and Mapping


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

CSX – Terminal Pavement Management Plan Update<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

3<br />

CONSTRUCTION (if applicable)<br />

NA<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

CSX Intermodal, <strong>Inc</strong>.<br />

Chris Durden<br />

301 W. Bay Street, Suite 2700<br />

Jacksonville, FL 32202<br />

904-633-1306<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> has been contracted by CSX Intermodal to conduct surveys of their intermodal terminals. For<br />

Phase 1 & 2 of this project <strong>King</strong> conducted surveys for 21 terminals in 13 different states, covering<br />

nearly 5 million square yards of pavement. Phase 3, which consists of surveys of 11 terminals in 10<br />

different states, covering over 1 million square yards of pavement, is set to proceed in the near future.<br />

CSX is a repeat client, having retained the firm of Infrastructure Technology, <strong>Inc</strong>. (acquired by <strong>King</strong><br />

<strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. in 2002) to implement a pavement management program (PMP) for 12<br />

intermodal terminals, during the early to mid 1990’s.<br />

The platform for this analysis will be the proprietary software, Infrastructure Management System IV<br />

(IMS IV). This system is used to justify the use of capital funds for investment in rehabilitative and<br />

restorative pavement repairs on an annual basis at selected intermodal terminals to extend the life of<br />

the asphalt and concrete pavements.<br />

Project Cost: $881,357<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE<br />

a.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Jacksonville, FL<br />

Data Collection,<br />

Analysis, Reporting


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Miscellaneous General Civil <strong>Engineering</strong> Services<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County Public Works Department<br />

601 E. Kennedy Boulevard<br />

22 nd Floor<br />

Tampa, FL 33602<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Tom Fass<br />

Section Manager, Dept. of<br />

Public Works<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

PROFESSIONAL SERVICES<br />

2011<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

4<br />

CONSTRUCTION (if applicable)<br />

Various Project<br />

Completion Dates<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1711<br />

<strong>King</strong> has been contracted by Hillsborough County to provide general/civil services for a two-year period<br />

since 1987. Under this miscellaneous civil engineering contract, <strong>King</strong> provides services on small and<br />

medium-sized projects from intersection surveys to wastewater treatment plant design services. The<br />

surveying, civil, environmental engineering, transportation and water resource groups all benefit from<br />

projects under these contracts.<br />

<strong>Engineering</strong> services include planning, program development,<br />

design, and construction management for general/civil projects in<br />

the areas of road and transportation, stormwater, solid waste, parks,<br />

sitework, environmental permitting, traffic analysis and landscaping.<br />

The projects executed under this contract include:<br />

• Intersection Program Master Plan Update<br />

• Waters Avenue & Hanley Road Intersection Improvements<br />

• US 301 & Balm Riverview Road<br />

• Benjamin & Waters Construction Administration<br />

• Columbus Drive Design<br />

• School Safety, Circulation and Access Program-S.S.C.A.P.<br />

• N. Mobley Road Improvements<br />

• Railroad Crossing Quiet Zone Study<br />

• Railroad Crossing Design<br />

• South County Solid Waste Transfer Station Leachate Collection<br />

System Improvements<br />

• South County Solid Waste Transfer Station FDEP Operating<br />

Permit Renewal<br />

• Falkenburg Yard Waste Processing Facility Improvements<br />

• South County Solid Yard Waste Processing Facility design,<br />

permitting and construction management services<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design, permitting<br />

and construction.


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Skycrest Neighborhood Traffic Calming, Streetscape, Round-a-bouts,<br />

Clearwater, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

2008<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

City of Clearwater<br />

Mr. Ken Sides, P.E.<br />

Sr. Professional Engineer<br />

727-562-4792<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided roadway and drainage design plans, technical specifications, and construction assistance for the<br />

construction of multiple roadway traffic calming features for the Skycrest neighborhood near downtown<br />

Clearwater. Services included:<br />

• Design for four (4) roundabouts along Cleveland Street, an east-west 3-lane minor collector, intersecting 2-<br />

lane residential streets. One of the roundabouts sits adjacent to an elementary school and serves as a school<br />

crossing.<br />

• Design of five (5) mini-roundabouts along several intersecting 2-lane residential streets<br />

• Coordinate design elements with all users and develop custom design templates for City vehicles to ensure<br />

that roundabout geometry serves the appropriate vehicles.<br />

• Landscape and Irrigation design plans<br />

• Utility relocation<br />

• Stormwater design and permitting.<br />

• Design of other traffic calming features including Diagonal Diverters, Speed Tables, landscaped median<br />

islands, hardscape elements, and roadway bulb-outs (tree wells) to reduce pavement widths at specific<br />

locations<br />

Cost $2.4 million<br />

Fee $354,895.00<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Planning, design, permitting<br />

and construction.


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

US 301 & Balm Riverview Road Intersection<br />

Improvements<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County – Florida<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2011<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

William Alford<br />

Project Manager<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> prepared a PD&E study to determine what roadway capacity<br />

improvements needed to be made and evaluated several<br />

alternative roadway alignments for the intersection. <strong>King</strong> is now<br />

preparing design plans for the construction of the proposed<br />

improvements. Professional services under the scope of the project<br />

include:<br />

• Topographic survey and right-of-way mapping<br />

• Traffic operation studies and modeling analysis<br />

• Roadway and stormwater design<br />

• Pond siting analysis and design<br />

• Permitting<br />

• Wetland/environmental impact assessment and<br />

mitigation design environmental permitting<br />

• Traffic signal design<br />

• Public involvement/meetings<br />

• Utility coordination and design<br />

• Right-of-way impact assessment<br />

• Subsurface utility exploration<br />

• Geotechnical investigation<br />

• Structural analysis<br />

Cost: $1.5 Million<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1920<br />

PROJECT HIGHLIGHTS:<br />

• PD&E Study<br />

• Alternative Roadway Alignments<br />

• Stormwater Modeling<br />

• Traffic Modeling / Analysis<br />

• Traffic Signal Design<br />

• Pond Siting<br />

• Environmental Mitigation<br />

• Permitting Survey and Mapping<br />

• Public Involvements / Meeting<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

F.R. Aleman. <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

and Planning<br />

Survey and Mapping<br />

Ecological Services<br />

(3) ROLE<br />

Subsurface Utility <strong>Engineering</strong>


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

Columbus Drive Extension Route Study<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County Public Works<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Sam Halabi, P.E.<br />

Sr. Professional Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

The project included PD&E phase and a design phase services for<br />

the extension Columbus Drive from east of US 301 to Falkenburg<br />

Road, a distance approximately 1 mile. The PD&E services<br />

included the development and evaluation of a study for the typical<br />

sections for a 4-lane divided facility, alignment alternates<br />

considering geometry, environmental impacts, selection of<br />

stormwater ponds and mitigation areas, right-of-way, safety, and<br />

cost. Design phase services included providing 30% roadway and<br />

drainage design plans, wetland and flood plain mitigation design,<br />

submittal of the USACOE permit, the preparation of Design-Build<br />

RFQ and RFP contract documents for construction, and assistance<br />

with procurement of the Design-Build contract.<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

9<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1786<br />

PROJECT HIGHLIGHTS:<br />

• PD&E Study<br />

• Preparation of Design/Build RFQ<br />

• 30% Roadway/Drainage Design Plans<br />

• Wetland and Flood Mitigation Design<br />

• Pond Siting Report<br />

• Environmental Permitting<br />

Est. Construction: $9.3 million<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong>


26. NAMES OF KEY PERSONNEL<br />

(From Section E, Block 12)<br />

Agustin Maristany, PE<br />

G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS<br />

27. ROLE IN THIS CONTRACT (From<br />

Section E, Block 13)<br />

Project Manager / Water<br />

Resources/Drainage<br />

28. EXAMPLE PROJECTS LISTED IN SECTION F<br />

(Fill in “Example Projects Key” section below before completing table. Place “X” under project key<br />

number for participation in same or similar role.)<br />

1 2 3 4 5 6 7 8 9 10<br />

X X X X X<br />

Thomas O’Connor, PE Principal-In-Charge X X X X X<br />

Franklin Torrealba, PE<br />

Water, Sewer, Reuse Utilities /<br />

Construction Management<br />

X X X X X<br />

John Seals, PE Roadway & Transportation X X X<br />

Michael Ross, PE Civil Site <strong>Engineering</strong> X<br />

William Moriarty, PE, BCEE Alternative Funding X X X X<br />

Christopher Kuzler, PE Water, Sewer, Reuse Utilities X X X X X X X<br />

Benjamin Turnage, PE Water, Sewer, Reuse Utilities X X X<br />

Thomas Traina, PE<br />

Mechanical/Instrumentation &<br />

Controls<br />

X X X X<br />

Loc Truong, PE Instrumentation & Controls X X X X<br />

Lara Bartholomew, PE Cost Estimates/Permitting X X X X X X<br />

Larry Kistler<br />

Alberto Pisani, EI<br />

Civil/Site Planning & Design/Cost<br />

Estimates/Permitting<br />

Cost Estimates/Permitting/Plans<br />

Review<br />

Peter Bottone Ecological Services X<br />

Mike Palmer Ecological Services X<br />

Joshua Logan, PE Construction <strong>Engineering</strong> Inspection X<br />

X<br />

X X X X X<br />

Hamley Pacheco, EI Construction <strong>Engineering</strong> Inspection X X X X<br />

Scott Sheridan, RLA Planning/Landscape X X<br />

Clark Lohmiller, RLA Landscape Design, GIS/Mapping X X X<br />

Timothy Schram, PSM Survey/GIS/Mapping X X X X<br />

Oracio Riccobono, PE Geotechnical X<br />

29. EXAMPLE PROJECTS KEY<br />

NO TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO TITLE OF EXAMPLE PROJECT (FROM SECTION F)<br />

1<br />

2<br />

3<br />

4<br />

5<br />

Sanitary Sewer Capital Improvement Plan, Town of<br />

Lauderdale-By-The-Sea, FL<br />

MDWASD Basis of Design Reports<br />

CSX – Terminal Pavement Management Plan Update,<br />

Various States, US 8<br />

Hillsborough County Miscellaneous General Civil<br />

<strong>Engineering</strong> Services 9<br />

Skycrest Neighborhood Traffic Calming, Streetscape,<br />

Round-a-bout<br />

6 JC Bermudez Park Recycled Storm Water Irrigation, Hollywood, FL<br />

7<br />

10<br />

Preliminary Basis of Design Report and Pump Station Siting Study,<br />

Hollywood, FL<br />

US 301 & Balm Riverview Road Intersection Improvements<br />

Hillsborough County, FL<br />

Columbus Drive Extension Route Study<br />

Hillsborough County, FL<br />

Coastal Water Systems Interconnect Project – Phase 1, Basis of Design<br />

Report, Santa Rosa, Okaloosa, Walton, Bay, and Gulf counties, FL<br />

H. ADDITIONAL INFORMATION<br />

30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.<br />

See the following section SF330 Additional Information<br />

3


31. SIGNATURE<br />

I. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

32. DATE<br />

June 22, 2012<br />

33. NAME AND TITLE<br />

Agustin Maristany, PE, Vice President<br />

4


2a. FIRM (OR BRANCH OFFICE) NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

1. SOLICITATION NUMBER (If any)<br />

RFQ #2012-10<br />

PART II - GENERAL QUALIFICATIONS<br />

(If a firm has branch offices, complete for each specific branch office seeking work.)<br />

3. YEAR ESTABLISHED<br />

1977<br />

2b. STREET 8390 NW 53 rd Street, Suite 200 5. OWNERSHIP<br />

2c. CITY Doral 2d. STATE<br />

FL<br />

6a. POINT OF CONTACT NAME AND TITLE<br />

Agustin Maristany, PE, Vice President<br />

6b. TELEPHONE NUMBER<br />

305-392-9979<br />

a. Function<br />

Code<br />

6c. E-MAIL ADDRESS<br />

amaristany@kingengineering.com<br />

2e. ZIP CODE<br />

33166<br />

a. TYPE<br />

Corporation<br />

b. SMALL BUSINESS STATUS<br />

Federal Small Business<br />

4. DUNS NUMBER<br />

09-298-1521<br />

7. NAME OF FIRM (If block 2a is a branch office).<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

8a. FORMER FIRM NAME(S) (If any) 8b. YR. ESTABLISHED 8c. DUNS NUMBER<br />

9.EMPLOYEES BY DISCIPLINE<br />

b. Discipline<br />

c. No. of Employees a. Profile<br />

(1) FIRM (2) RANCH Code<br />

1977<br />

09-298-1521<br />

10. PROFILE OF FIRM’S EXPERIENCE AND ANNUAL AVERAGE<br />

REVENUE FOR LAST 5 YEARS<br />

b. Experience c. Revenue<br />

Index<br />

Number<br />

(see below)<br />

02 Administrative 14 1 A05 Airports 4<br />

08 CADD Technician 10 1 C02 Cemeteries 2<br />

12 Civil Engineer 14 2 C10 Commercial Buildings 5<br />

15 Construction Inspector 1 1 C15 Construction Mgmt 6<br />

16 Construction Manager 2 1 D03 Desalination 2<br />

24 Environmental Scientist 4 1 E01 Ecological Investigations 5<br />

38 Land Surveyor 2 E02 Educational Facilities 3<br />

39 Landscape Architect 2 E09 Environmental Impact Studies 2<br />

47 Planner: Urban/Regional 2 G01 Garages 2<br />

52 Sanitary Engineer 14 2 H06 Highrise Buildings 3<br />

58 Technician/Analyst 1 H07 Highways/Streets/ Parking Lots 5<br />

60 Transportation Engineer/ Planner 5 H10 Hotels/Motels 1<br />

62 Water Resources Engineer 3 1 H11 Housing 7<br />

Other Disciplines: I01 Industrial Buildings 3<br />

Surveying Crews and Technicians 9 I03 Industrial Waste Treatment 2<br />

GIS 1 I06 Irrigation; Drainage 2<br />

IT/Computer Techs 2 J01 Judicial/Courtroom Facilities 1<br />

Total 86 9 L01 Medical Research Facilities 2<br />

L02 Land Surveying 6<br />

L03 Landscape Architecture 2<br />

L04 Libraries/Museums 1<br />

M01 Mapping Systems 2<br />

O01 Industrial Parks 2<br />

P04 Pipelines 6<br />

P05 Regional Planning 4<br />

P07 Site Planning 5<br />

P09 Correctional Facilities 1<br />

R04 Recreation Facilities 1<br />

R11 Rivers; Canals; Waterways; Flood Control 4<br />

S04 Sewage Collection, Treatment, Disposal 5<br />

S07 Solid Wastes; <strong>Inc</strong>ineration; Landfill 6<br />

S10 Surveying; Platting; Mapping 5<br />

S13 Stormwater 4<br />

T03 Traffic & Transportation <strong>Engineering</strong> 6<br />

T04 Topographic Surveying & Mapping 5<br />

W02 Water Resources; Hydrology 2<br />

W03 Water Supply; Treatment & Distribution 5<br />

Z01 Zoning; Land Use Studies 1<br />

11. ANNUAL AVERAGE PROFESSIONAL<br />

SERVICES REVENUES OF FIRM FOR LAST 3<br />

YEARS<br />

(Insert revenue index number shown at right)<br />

a. Federal Work N/A<br />

b. Non-Federal Work 8<br />

c. Total Work 8<br />

PROFESSIONAL SERVICES REVENUE INDEX NUMBER<br />

1. Less than $100,000 6. $2 million to less than $5 million<br />

2. $100,000 to less than $250,000 7. $5 million to less than $10 million<br />

3. $250,000 to less than $500,000 8. $10 million to less than $25 million<br />

4. $500,000 to less than $1 million 9. $25 million to less than $50 million<br />

5. $1 million to less than $2 million 10. $50 million or greater<br />

12. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

a. SIGNATURE b. DATE<br />

6/22/2012<br />

c. NAME AND TITLE<br />

Agustin Maristany, PE, Vice President


SF 330 Additional Information<br />

Qualifications of Firm<br />

The following material provides further evidence of our team’s qualifications and experience to assist the City of North<br />

Miami Beach with completion of their municipal projects listed in the CIP.<br />

We have selected four local M/WBE firms to provide subconsultant services for this contract.<br />

Firm M/WBE Status Services Provided<br />

Cummins / Cederberg Federal SBA, Miami-Dade SBD Coastal and Marine <strong>Engineering</strong><br />

Geosol, <strong>Inc</strong>. Broward CBE Geotechnical <strong>Engineering</strong><br />

Eastern <strong>Engineering</strong> Group, <strong>Inc</strong>. DBE, WBE, MBE, SBE, CBE Structural <strong>Engineering</strong><br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>. Broward CBE, SBE Electrical <strong>Engineering</strong><br />

<strong>King</strong> has been very successful in establishing and maintaining long-term professional relationships with local governments<br />

and currently provides professional services to over 20 municipalities and agencies in Florida through continuing<br />

contracts. We take pride in being able to be responsive to our clients and working cooperatively with multiple clients. As a<br />

result, <strong>King</strong> has been successful with maintaining a number of continuing engineering services contracts with Florida<br />

municipalities. Examples include:<br />

• Hollywood • Miami-Dade County Public Works • North Miami • Miami-Dade County Water & Sewer Dept.<br />

• Southwest Ranches • Temple Terrace • Baker County • South Florida Water Management District<br />

• Doral • Dunedin • Citrus County • Hillsborough County<br />

• Lauderdale-by-the-Seas • Largo • Nassau County • Clearwater<br />

In addition to continuing engineering services contracts, <strong>King</strong> has individual contracts with other Florida governmental<br />

agencies including the South Florida Water Management District, Southwest Florida Water Management District, Peace<br />

River / Manasota Regional Water Supply Authority, Northwest Florida Water Management District, Florida Fish and Wildlife<br />

Conservation Commission, and the Florida Governmental Utility Authority. Because of our long-term experience working<br />

with Florida government entities, <strong>King</strong> understands the various issues uniquely associated with municipal projects and is<br />

able to acquire the necessary permits for those project activities which require regulatory approvals.<br />

Firm’s Number of Years Experience<br />

Established in 1977, <strong>King</strong> has applied its talents and resources to the implementation of innovative engineering projects.<br />

What began as a small engineering firm has grown into a full-service, employee-owned firm with expertise in engineering,<br />

planning, ecological services, surveying, and construction management. With 4 offices in Florida, <strong>King</strong>’s success is reflected<br />

in our work and our client’s loyalty. <strong>King</strong> is able to provide you with a cohesive multi-disciplinary team that understands<br />

every aspect of your project, and is committed to delivering to your satisfaction. <strong>King</strong> provides engineering, planning,<br />

ecological and surveying services for civil, transportation, water resources, and water/wastewater/reclaimed water<br />

related projects.<br />

Sustainable Business Practices<br />

<strong>King</strong> is dedicated to the practice of sound environmental stewardship and promotion of health, safety and well being of our<br />

employees. These values originate at the company’s top management and are emphasized through all levels of<br />

responsibility within the organization. As such, the Company agrees to:<br />

• Meet or exceed all applicable federal, state, local and company environmental, safety and health standards.<br />

• Provide a workplace free of recognized hazards and maintain healthy working conditions for all company employees.<br />

• Closely monitor all facilities for prevention of pollution.<br />

• Participate in recycling to the greatest practical extent to reduce impact on landfills and promote recovery of valuable<br />

resources.<br />

• Convey to our customers, industry associates, vendors and the general public our strong environmental, safety and<br />

health commitment.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

SF330 Additional Information<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

• Strive to continuously improve our commitment to the above-stated principles through exercise of our EMS, improved<br />

technology, production changes and due diligence.<br />

• Continue to educate personnel in LEED principles and encourage LEED accreditation.<br />

The procedures that have been implemented include:<br />

• Use of IT strategies to reduce paper usage and unnecessary bulk storage.<br />

• Donate and recycle ink and toner cartridges to regional charities.<br />

• Recycle office paper, cardboard, plastic and aluminum containers; containers are placed in each workstation and in<br />

strategic locations throughout the office building.<br />

• Use recycled paper products for printing, plotting , etc.<br />

<strong>King</strong> is a member of the U.S. Green Building Council has LEED accredited personnel on staff. We continue to encourage<br />

education and accreditation of staff members.<br />

<strong>King</strong> has developed a smart irrigation controller called the WaterOptimizer®. Water<br />

Optimizer, LLC is a subsidiary of <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. The controller is a real<br />

water management alternative that provides better, more precise use of a limited<br />

resource. It’s a new approach to resource management and conservation.<br />

Business Structure<br />

<strong>King</strong>, established in 1977, is a Florida-based corporation licensed to provide multidiscipline<br />

professional engineering services per State of Florida certification number #2610. <strong>King</strong> is also licensed by the<br />

State of Florida to provide surveying and landscape architecture services under license numbers LB2610 and LC26000183,<br />

respectively.<br />

<strong>King</strong>’s office located in Doral, Florida will serve as the responsible office for this contract. Agustin Maristany, PE, will serve<br />

as the Project Manager and Primary Point of Contact.<br />

Agustin Maristany, PE<br />

Vice President<br />

8390 NW 53 rd Street, Suite 200, Doral, FL 33166<br />

Phone: 305-392-9979 Fax: 305-392-9912<br />

Email: amaristany@kingengineering.com<br />

Web: www.kingengineering.com<br />

Relative Size of Firm<br />

<strong>King</strong> is a Florida based company with over 85 employees with 4 offices in Florida and 2 offices in Texas. The table below<br />

provides detailed information of our leadership and personnel structure.<br />

Keith Appenzeller, PE<br />

Thomas O’Connor, PE<br />

Christopher Kuzler, PE<br />

Michael Ross, PE<br />

Scott Sheridan, RLA<br />

Agustin Maristany, PE<br />

Denise Greer, PE<br />

William Moriarty, PE<br />

James Orchard, CPA<br />

Lara Bartholomew, PE<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Owners:<br />

Sandra Gorman, PE<br />

Principals / Officers / Board of Directors:<br />

CEO/Chairman: Keith Appenzeller, PE<br />

Professional Employees by<br />

Classification:<br />

William Holloway, PE President: Thomas O’Connor, PE<br />

Larry Kistler<br />

Sr. Vice President: Christopher Kuzler, PE Engineers: 47<br />

John Seals, PE<br />

Sr. Vice President: Michael Ross, PE<br />

Planners: 5<br />

Loc Truong, PE Sr. Vice President: Scott Sheridan, RLA Landscape Architects: 2<br />

Brian Skidmore Vice President: Agustin Maristany, PE Scientists: 4<br />

Franklin Torrealba, PE Vice President: Denise Greer, PE<br />

Surveyors: 9<br />

Thomas Traina, PE Vice President: William Moriarty, PE<br />

Tuyen Tran, PE Chief Financial Officer: James Orchard, CPA<br />

Total Number of<br />

Employees: 86<br />

SF330 Additional Information<br />

2


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

Project Manager<br />

Agustin Maristany, PE<br />

Vice President<br />

8390 NW 53 rd Street, Suite 200<br />

Doral, FL 33166<br />

Phone: 305-392-9979 Fax: 305-392-9912<br />

Email: amaristany@kingengineering.com<br />

Web: www.kingengineering.com<br />

<strong>King</strong>’s team will be led by Mr. Agustin Maristany, P.E.,<br />

the proposed Project Manager for the City of North<br />

Miami Beach “Continuing Contract for Professional<br />

Services.” Mr. Maristany is committed to working in<br />

close partnership with the City and devoting his<br />

individual attention to ensure the successful<br />

completion of all assignments. He will be supported<br />

by a full-service, multi-disciplinary team of highly<br />

qualified personnel.<br />

A distinguishing qualification of Mr. Maristany is his extensive experience in successfully delivering civil<br />

engineering projects to south Florida clients very similar in scope to the projects envisioned for this contract.<br />

Over the last 30 years he has successfully completed a wide range of civil engineering projects for south Florida<br />

clients including the City of Fort Lauderdale, Hollywood, Lauderdale by the Sea, Broward County, Sunrise,<br />

Lauderdale Lakes, Central Broward Water Control District, Miami-Dade County, Miami, Doral, Florida<br />

Department of Transportation, the South Florida Water Management District, and Homestead Air Force Base.<br />

He is a seasoned project manager with experience in all aspects of civil engineering projects, brings extensive<br />

experience and credibility with local regulatory agencies, and has helped to obtain grant funding for many local<br />

clients.<br />

Mr. Maristany has supported municipalities in the creation of stormwater utilities, the evaluation of funding<br />

alternatives and financing options, establishing rate structures, developing/revising ordinances, and prioritizing<br />

capital improvement plans. He has also developed design criteria and standards for permitting, and has<br />

reviewed hundreds of plats, paving and drainage plans, and as-built plans.<br />

Maristany’s Representative Project Experience<br />

Project Name Project Role Description Client<br />

Five-Ash Water<br />

Treatment Plant<br />

Drainage Retrofit<br />

Prospect Lake<br />

Recharge Facility<br />

Central County<br />

Neighborhood<br />

Improvements<br />

SR 694 Roadway<br />

Improvements<br />

Sanitary System<br />

Capital Improvement<br />

Plan<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Task<br />

Manager<br />

Project<br />

Manager<br />

Principal-incharge<br />

Drainage retrofit design and permitting to reduce frequent<br />

flooding and accommodate addition of 7 MG tank and ASR well<br />

pad.<br />

Modeling, design, and construction support for 2,600 feet of 36"<br />

RCP, an 8-foot-wide gated weir control structure, and a<br />

diversion structure with two vertical lift gates connecting C-14<br />

canal to Prospect Lake to recharge the City's main wellfield.<br />

Obtained $300K AWS grant from SFWMD.<br />

Stormwater modeling and design to reduce flooding in several<br />

older neighborhoods. Major improvements included 5,000 feet<br />

of dual 8’ x 8’ box culverts for the 35 th Avenue ditch and a large<br />

gated control structure discharging to the C-12 canal.<br />

Design and permitting of $4.3M in roadway and drainage<br />

improvements to reduce congestion and flooding along 0.75<br />

mile stretch of this heavy-traffic hurricane evacuation route.<br />

Joint project between FDOT, County, and City.<br />

Sewer, pump, and flow meter inspections, defect identifications,<br />

I/E/I quantification, repair and rehabilitation recommendations,<br />

cost estimates, and CIP schedule.<br />

Ft. Lauderdale<br />

Ft. Lauderdale<br />

Broward<br />

County<br />

Pinellas Park<br />

Lauderdale by<br />

the Sea<br />

SF330 Additional Information<br />

3<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

Maristany’s Representative Project Experience<br />

Project Name Project Role Description Client<br />

Hillsboro Blvd<br />

Drainage<br />

Improvements<br />

Development of<br />

Stormwater Utility<br />

JC Bermudez Park<br />

Recycled Storm Water<br />

Irrigation Project<br />

S Lake Area Drainage<br />

Improvements<br />

Neighborhood<br />

Drainage<br />

Improvements<br />

S-124 Control<br />

Structure Design<br />

District Engineer<br />

Needs Assessment<br />

Program<br />

Municipal NPDES<br />

Permit<br />

Northern Broward<br />

County Integrated<br />

Surface and<br />

Groundwater Model<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Task<br />

Manager<br />

Project<br />

Manager<br />

Modeling, design, and permitting of drainage improvements for<br />

section of Hillsboro Blvd. Dual purpose drainage system also<br />

recharged Coquina Lakes impacted by wellfield withdrawals with<br />

water from C-3 canal.<br />

Needs assessment, rate structure, revenue projections, billing<br />

database, and stormwater utility ordinance<br />

Modeling, design, permitting, construction inspection, and O&M<br />

manual for 2MG tank, 3,000 gpm stormwater pump station, pretreatment<br />

system, and 1,400 gpm irrigation pump station for 80-<br />

acre park. Helped obtain $1M grant from SFWMD.<br />

Modeling, BODR, design, and permitting of drainage<br />

improvements for low lying coastal area flooded by rain and<br />

high tides. Design includes 5,000 feet of RCP (24” to 48”D), new<br />

outfalls to tide, backflow valves, and 30,000 gpm pump station.<br />

Fast-track preparation of 57 design packages, covering about 2<br />

square miles, and with a construction value of $4 million.<br />

Designs included catch basins, exfiltration trenches, pavement<br />

restoration, maintenance of traffic plans, hydraulic calculations,<br />

cost estimates, and utility conflict coordination.<br />

Hydraulic and civil design of 550 cfs gated control structure: 3- 8’<br />

x 6’ gated RCP box culverts on L-35A Canal.<br />

Plan review, regulation, permitting, revision of drainage design<br />

criteria and standards, CIP development and implementation,<br />

design, permitting, and inspections for 43 square-mile urban<br />

area serving over 150,000 residents.<br />

Planning, modeling, preliminary design, design standards, design<br />

management and QA/QC, utility conflict coordination,<br />

permitting, cost estimating, scheduling, public information, bid<br />

packaging, and construction management for 40 water and<br />

sewer projects totaling $60 million. Project included 17,815 feet<br />

of 4” to 12” sewer force main, 91,451 feet of 8” to 16” water<br />

main, 39,000 feet of 8” to 12” gravity sewer, and 6 pump<br />

stations.<br />

Sewer system inventory, GIS mapping, dry- and wet-weather<br />

sampling, nonpoint source impacts, water quality management<br />

plan, analysis of program costs and fiscal resources, legal<br />

authority, public information, and negotiations with the EPA.<br />

Developed linked surface water (XPSWWM) and groundwater<br />

model (MODFLOW) for continuous simulation of northern<br />

Broward, a 77 square miles area that includes 8 municipalities<br />

and 9 drainage districts. The water management system<br />

consists of numerous lakes, canals, 33 water control structures,<br />

2 recharge pumps, and 8 urban water supply wellfields.<br />

Principal-in-<br />

Charge<br />

Project<br />

Manager<br />

Project<br />

Manager<br />

Broward<br />

County<br />

Lauderdale<br />

Lakes<br />

City of Doral<br />

Hollywood<br />

Miami-Dade<br />

County<br />

SFWMD<br />

CBWCD<br />

Miami-Dade<br />

WASD<br />

City of Miami<br />

Broward<br />

County<br />

SF330 Additional Information<br />

4<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

Certified Business Entity Participation<br />

<strong>King</strong> is not a disadvantaged business enterprise. We have historically supported disadvantaged businesses both in our<br />

public sector and private sector contracts. <strong>King</strong> has selected four subconsultant firms to assist us with this contract.<br />

Cummins / Cederberg – COASTAL AND MARINE ENGINEERING<br />

Geosol, <strong>Inc</strong>. – GEOTECHNICAL ENGINEERING<br />

Eastern <strong>Engineering</strong> Group – STRUCTURAL ENGINEERING<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

SF330 Additional Information<br />

5


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

KING’S COMMITMENT TO DIVERSITY WITHIN ITS COMMUNITY AND BEYOND<br />

It is <strong>King</strong>’s policy to ensure that we:<br />

• Recruit, hire and promote for all job classifications without regard to race, color, religion, sex, national origin, age,<br />

physical handicap or ancestry<br />

• Base decisions on employment so as to further the principles of affirmative action<br />

• Ensure that all personnel actions such as compensation, benefits, transfers, layoffs, return from layoff, company<br />

sponsored training, education, tuition assistance, social and recreation programs are administered without regard<br />

to race, color, religion, sex, national origin, age, physical handicap or ancestry<br />

• Give qualified disadvantage business enterprises (consultants, suppliers and other businesses) priority<br />

consideration when services in their areas of expertise are required.<br />

<strong>King</strong>’s Equal Employment Opportunity/AA Policy<br />

<strong>King</strong> will not discriminate against any employee or applicant for employment because of race, color, sex, national origin,<br />

sexual orientation, age, handicap, marital status, familial status or religion.<br />

<strong>King</strong> will take Affirmative Action to ensure that all employment practices are free of such discrimination. Such employment<br />

practices include, but are not limited to, the following: hiring, upgrading, demotion, transfer, recruitment or recruitment<br />

advertising, selection layoff, disciplinary action, termination, rates of pay or other forms of compensation, and selection for<br />

training, including apprenticeship.<br />

<strong>King</strong> prohibits the harassment of any employee or job applicant on the basis of their protected class status.<br />

<strong>King</strong> will commit the necessary time and resources, both financial and human, to achieve the goals of Equal Employment<br />

Opportunity and Affirmative Action.<br />

<strong>King</strong> will evaluate the performance of its management and supervisory personnel on the basis of their involvement in<br />

achieving these Affirmative Action objectives as well as other established criteria. Any employee of this company or<br />

subcontractor to this company who does not comply with the Equal Employment Opportunity Policies and Procedures set<br />

forth in this Statement and plan will be subject to disciplinary action. Any Opportunity/Affirmative Action laws, directives,<br />

regulations of the Federal, State and local governing bodies or agencies thereof, specifically including Chapter 26.5, Part II,<br />

City of Tampa Code and Chapter 130, Part IV, City of Jacksonville Code will be subject to appropriate legal sanctions.<br />

<strong>King</strong> has appointed Jim Orchard as EEO Coordinator to manage our Equal Employment Opportunity Program. His<br />

responsibilities include monitoring all Equal Employment Opportunity activities and reporting the effectiveness of this<br />

Affirmative Action Program, as required by Federal, State and Local agencies. If any employee or applicant for employment<br />

believes he or she has been discriminated against, please contact the EEO Coordinator.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

SF330 Additional Information<br />

6


SF 330 Projects by Primary Technical Discipline<br />

Water Resources Services (Function Code 62)<br />

<strong>King</strong>’s in-house Water Resource Group consists of H&H modelers, civil engineers, water resource engineers,<br />

hydrologists, and environmental scientists. Efficient water resource management systems are critical to the<br />

success of any project. We are proud of our strong stormwater modeling expertise in watersheds, some in<br />

excess of 120 square miles. We employ the latest computer modeling programs to ensure accurate flow rate<br />

analysis for multi-interval storm events and long-term continuous simulation.<br />

Our water resource engineers work daily with the design and permitting of these systems and are familiar with<br />

the codes and regulations of federal, state and local government agencies. <strong>King</strong> has extensive experience in not<br />

only traditional treatment (e.g. wet or dry retention) methods, but also with structural / physical / chemical /<br />

biological devices such as CDS units, alum injection, stormceptors, and created wetlands, as well as Low Impact<br />

Development (LID) treatment design techniques and options (e.g. bioswales, filter marshes, stormwater re-use)<br />

Our staff has performed planning, modeling, design, and construction management of canal systems, lakes,<br />

wetlands, stormwater pipe networks, control structures, pump stations, dams & reservoirs, levees, bank<br />

stabilization, erosion control, water quality control BMPs, seepage control, and recycled stormwater irrigation<br />

systems. Our relevant project expertise includes:<br />

• Drainage Master Planning<br />

• Flood Control<br />

• Erosion/Scour Modeling & Design<br />

• Watershed Planning & Studies<br />

• Dam/Control Structures<br />

• Water Quality Modeling<br />

• Water Quality Controls/BMPs Design<br />

• Stormwater Pump Station Design<br />

• Irrigation Systems<br />

• Levee Design<br />

• Seepage Control<br />

• Bank Stabilization<br />

• Wetland/Upland Restoration<br />

• Permitting – USACOE, FDEP, State WMDs,<br />

MD-DERM, and Local Agencies<br />

<strong>King</strong> has significant local experience and a clear understanding of Florida’s unique physical characteristics as well<br />

as its regulatory environment. <strong>King</strong>’s engineers are solution oriented professionals, addressing each problem<br />

with an alternatives evaluation and cost-benefit approach. Through this process, environmental impacts,<br />

reliability, cost-effectiveness, permitability and constructability are carefully considered during the formulation<br />

of each design.<br />

Our team has provided water resources services to numerous local clients in south Florida, including the<br />

following:<br />

• City of Miami<br />

• Miami-Dade DERM<br />

• South Florida Water Management District<br />

• City of Doral<br />

• City of North Miami<br />

• Broward County<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• City of Fort Lauderdale<br />

• Lauderdale Lakes<br />

• Central Broward Water Control District<br />

• City of Sunrise<br />

• Town of Southwest Ranches<br />

SF330 Projects by Primary Technical Discipline<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

Integrated Design<br />

<strong>King</strong> has extensive experience developing innovative designs that meet or exceed project objectives. For<br />

example, for the City of Hollywood, <strong>King</strong> evaluated drainage conditions for a highly developed low lying<br />

residential coastal area adjacent to the Intracoastal Waterway. The area has a history of frequent flooding due<br />

to both high tides and intense rainfall. <strong>King</strong> designed a system that significantly improves flood levels of service,<br />

nearly achieving a 10-year level service during normal tides, with a combination of higher capacity gravity<br />

outfalls, pump station, and backflow prevention devices.<br />

The following table lists the function codes for the services provided by our team personnel to support water<br />

resources services project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

Task Manager<br />

Agustin Maristany, PE<br />

Civil Engineer<br />

Kyle Smith, PE<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Civil Engineer<br />

Jennifer Harkleroad, PE<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> Team Available Services<br />

SF330 Function<br />

Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

SF330 Additional Information<br />

2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

S. S. Lake Area Stormwater Modeling and BODR<br />

City of Hollywood, Broward County, FL<br />

a. PROJECT OWNER<br />

Hollywood Public Utilities<br />

1621 N. 14 th Avenue<br />

Hollywood, FL 33022<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Jeff Jiang, PE<br />

Project Manager<br />

PROFESSIONAL SERVICES<br />

2011<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

1<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

954-921-3490<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> was retained by the City of Hollywood for the evaluation, design, and permitting of flood control<br />

improvements for the South Lake Drainage Basin, a low-lying coastal area susceptible to flooding from high tides<br />

and rainfall. Developed ICPR model of the 256-acre drainage area, concluded that existing drainage system was<br />

severely undersized, and sized improvements to substantially reduce flooding. Improvements included new<br />

outfalls to tide, higher capacity collection system, an interceptor system, a 30,000 gpm pump station, and<br />

backflow prevention devices. Tasks included analysis of sea level rise, modeling, conceptual design of<br />

improvements, permittability, cost estimates, and technical memorandum. Also prepared Basis of Design Report<br />

for the 30,000 gpm pump station including siting study, pump type selection, pump station layout, electrical<br />

requirements, instrumentation and controls, bypass gravity discharge, construction cost estimate, schedule, and<br />

identification of permitting requirements (Broward County, FDEP, USACE), and reporting. Recommended pump<br />

station consisted of two 30,000 gpm axial submersible pumps with a gated gravity bypass to allow gravity flows<br />

and reduce fuel consumption during low to normal tides. The submersible pumps minimize noise and visual<br />

obstruction in this coastal residential community. Electrical, telemetry, and control panels can be camouflaged by<br />

landscaping. The estimated construction cost for entire project is $10.0M; $4,3M for Phase I. Phase I detail<br />

design of the system is currently underway.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, modeling, design,<br />

permitting, cost estimates<br />

(3) ROLE<br />

Design, cost estimates


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

SFWMD S-124 Control Structure Replacement Hydraulic and Civil<br />

Design, Broward County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

2<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Ross <strong>Engineering</strong>, <strong>Inc</strong>.<br />

Robert J. Ross, P.E.<br />

954-318-0624<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> was retained as subconsultant to Ross <strong>Engineering</strong> to lead the fast-track hydraulic and civil<br />

design and provide QA/QC of deliverables for the replacement of the S-124 Control Structure on the L-35A<br />

Canal for the South Florida Water Management District, with an estimated construction cost of $3.9M.<br />

The hydraulic report identified design flows and stages, established the structure capacity (550-800 cfs),<br />

dimensions (triple 6’x 8’ box culverts), invert and crest elevations, and sized a temporary bypass structure to<br />

control flows and water levels during construction. The replacement structure consists of a triple 8’ x 6’ concrete<br />

box culvert with remotely operated slide gates, a design capacity of 550 cfs, hardened control room, and backup<br />

power supply.<br />

Civil design plans and specifications included site plan, grading, drainage, levee access ramp, construction<br />

sequencing plan, vehicle barrier gate, floating trash barrier, security fence, warning signs, demolition and<br />

erosion/scour control plan, and canal stabilization treatments. Coordinated closely with other disciplines<br />

including geotechnical and structural.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Planning, Modeling, Design,<br />

Permitting Bidding<br />

Assistance, Construction<br />

Phase Services, O&M<br />

Manual<br />

(3) ROLE<br />

Design, Bidding Assistance,<br />

Construction Phase<br />

Services


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

JC Bermudez Park Recycled Storm Water Irrigation, Doral, FL<br />

a. PROJECT OWNER<br />

City of Doral, FL<br />

8300 NW 53 rd Street<br />

Suite 202<br />

Doral, FL 33166<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Barbara Hernandez<br />

Parks and Recreation<br />

Director<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

3<br />

CONSTRUCTION (if applicable)<br />

2012<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

305-593-6600<br />

The City of Doral retained <strong>King</strong> <strong>Engineering</strong> to provide modeling, design, permitting (ERP and CUP),<br />

construction support services, and O&M manual for the fast-track implementation of a $2.9M recycled<br />

storm water irrigation system for the 80-acre park. Major project components included emergency lake<br />

intake structure, 2 MG above ground concrete storage tank, 3,000 gpm stormwater pump station, 130<br />

micron disk filters with automatic backwash, gravity sand filter for backwash water, bleach disinfection<br />

system, 1,400 gpm irrigation pumps, 7,000 feet of 12” diameter looped main, irrigation system, and<br />

automated controls. Developed 20-year water balance model to calculate crop ET, rainfall-runoff,<br />

irrigation demand, and stormwater irrigation to determine optimal size of pump station and storage tank.<br />

Construction documents were completed within 4 months of notice to proceed. SFWMD’s conceptual<br />

ERP and CUP permit modifications were approved within 5 weeks of application submittal. The project<br />

was partially funded by a $1M alternative water supply grant from the SFWMD.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

c. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(3) ROLE<br />

Planning, Modeling, Design,<br />

Permitting Bidding<br />

Assistance, Construction<br />

Phase Services, O&M<br />

Manual<br />

(3) ROLE<br />

Design, Bidding Assistance,<br />

Construction Phase<br />

Services<br />

(3) ROLE<br />

Surveying


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Palatlakaha River Watershed Study, Lake County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

4<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Lake County Water Authority<br />

Ron Hart, P.E.<br />

352-343-3777<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was retained for the development of a watershed model and evaluation of dam structure removal/replacement options for<br />

the Palatlakaha River Restoration Project in Lake County. The contributing area is over 200 square miles and the river flows<br />

exceed 1000 cfs during the flood flow gates open condition. This project involves evaluation of existing manually operated<br />

radial gate dam structures along the river, modification, or removal and replacement of the dam structures, preparation of final<br />

design plans for the structures and permitting with the goal of removing the manual operations of the radial gates. The model<br />

was developed in ICPR (v 3.10, SP 8) and incorporated an analysis of existing rainfall data, stage and flow data. Sensitivity<br />

analysis of the upstream watershed was required to determine reasonable flow rates out of upstream lakes and dam<br />

structures, with limited operational data. The model contains 280 square miles of the watershed in Lake County. LiDAR data<br />

was obtained and supplemented with conventional survey of the river (cross sections every 1,000 feet) along with key pipe,<br />

roadway overtopping, and weir elevations of the connecting sub-basins. As a result of a pre-application meeting with<br />

SJRWMD, several alternatives have been developed in order to balance the project objectives with permitting requirements in<br />

a cost effective manner.<br />

Additional elements include surveying, project design, permitting, and implementation assistance. Once the model was<br />

developed, <strong>King</strong> prepared construction plans for the proposed modifications. The design includes new, sheet pile weirs<br />

upstream of the current dams. This allows for the removal of the radial gates without adversely impacting the surrounding<br />

ecology or residents along the river. Permit applications have been submitted and are under review. The project is currently<br />

on schedule in accordance with the contract’s scope of services and fee schedule.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong><br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

c.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong>, Ecological


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Baker County Stormwater Master Plan, Baker County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Baker County<br />

Ed Preston<br />

904-259-3354<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> was retained by Baker County to develop a<br />

Comprehensive Stormwater Master Plan for the 589-square-mile<br />

county. The objective of the master plan is to develop baseline<br />

information about the watershed, prepare a hydrologic and hydraulic model<br />

of the major streams, develop floodplain maps of the county, identify<br />

problem areas, develop recommendations for engineering solutions and<br />

permitting requirements, prepare cost estimates, and develop a capital<br />

improvement plan. Recommendations are intended to improve flood<br />

control, water quality, protect the floodplain, and reinforce local permitting<br />

requirements to improve the ability to make sound decisions regarding<br />

future development within the County. Partially funded by the St. John<br />

Water Management District, the Master Plan will be completed in three<br />

phases.<br />

Phase I<br />

Conducted field surveys to supplement existing inventoried data and to<br />

collect new data to complete a GIS geo database of major roadway cross-drains, structures, channels,<br />

channel crossings, retention and detention ponds and other major drainage features necessary to<br />

develop a master drainage model for the St. Mary’s River drainage Basins within Baker County. Data collection<br />

primarily used survey grade GPS equipment where vertical or horizontal accuracy was critical and mapping<br />

grade GPS equipment was utilized where vertical and horizontal positional accuracy was not critical. The<br />

surveyed inventory included channel cross-sections, floodplain cross-sections and structure Cross-Sections<br />

located along the main channel of the primary tributaries to the St. Mary River. This inventoried data was<br />

uploaded to the GIS database for creation of a master base map and model. Structures were surveyed to<br />

establish the necessary geometry including culvert invert elevations, top of road profiles, bridge geometry (pier<br />

width, number of piers, and top and bottom deck elevations), and other information required for modeling<br />

purposes. The total Phase 1 project required over 10 miles of section work to be completed in a twenty working<br />

day time period.<br />

Phase II<br />

Involved the compilation and review of previous studies, surveying of 39 stream cross-sections, review of<br />

historic rainfall, flow, and water level stations and data, establishment of procedures for stormwater model<br />

calibration and verification, assessment of the influence of groundwater on stormwater simulations, and<br />

extensive documentation (pictures and surveyed high water mark elevations) of the flooding impacts of Tropical<br />

Storm Fay.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong><br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(3) ROLE<br />

Surveying<br />

c.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Highland Avenue Stormwater Retrofit, Phase 1, Largo, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2012<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

6<br />

CONSTRUCTION (if applicable)<br />

2012<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

City of Largo<br />

Leland Dicus, P.E.<br />

727-587-6713<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided a PD&E study and design services for the reconstruction<br />

of Highland Avenue from East Bay Drive to Belleair Road. As the project<br />

proceeded, <strong>King</strong> identified the potential for grant funding from the<br />

Southwest Florida Water Management District for the enhancement of<br />

stormwater runoff from the contributing basins and assisted the City in<br />

obtaining a cooperative SWFWMD grant.<br />

Currently, <strong>King</strong> is providing stormwater design for both phases of the<br />

project including modeling, permitting, plans preparation, and<br />

construction observation services for the stormwater enhancement and<br />

retrofit project. Phase 1 of the project includes expanding an existing<br />

pond to treat stormwater runoff from a mainly untreated residential/<br />

commercial intensive land uses. Phase 2 includes design of a low flow<br />

diversion pipe system to implement several LID design concepts to<br />

improve water quality within the contributing watershed, including the<br />

use of bioswale treatment systems within the Highland Avenue right of<br />

way. Given that multiple sources of funding are used on this project,<br />

plans needed to be prepared as one cohesive set of construction<br />

documents that allowed easy separation of the project components<br />

based on the funding source.<br />

The drainage master planning effort for this project included ICPR<br />

modeling of approximately 620 acres of urban watershed. Several alternatives were evaluated to provide the<br />

City with the recommended alternatives that included the work completed within Phase 1 and future work to<br />

be completed in Phase 2. The phase 1 pond expansion accepts approximately 100 acres of previously<br />

untreated runoff, without increasing upstream peak elevations. Phase 2 includes the construction of a<br />

diversion weir to route the first 1.5 inches of runoff from approximately 145 acres into this pond. Additionally,<br />

bioswales will be designed to enhance the system when the Highland Avenue pedestrian improvements are<br />

implemented.<br />

Other services provided by <strong>King</strong> included survey and right of way mapping, report preparation, conducting public<br />

meetings, utility impact assessment / coordination.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong><br />

b.<br />

c.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong>, Ecological<br />

Services


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Hammock Park Natural System Restoration, Phase 2,<br />

Dunedin, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

7<br />

CONSTRUCTION (if applicable)<br />

2009<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

City of Dunedin<br />

Thomas Burke, P.E.<br />

727-298-3175<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided oversight of development and implementation of a 3-year monitoring study for the City of<br />

Dunedin’s Hammock Park Natural Systems Restoration Project cooperatively funded by SWFWMD. The<br />

project required the design of a hydrologic and ecological monitoring protocol that included the installation<br />

of a monitoring array consisting of piezometers, staff gages and rain gauges, along with establishment of<br />

vegetative monitoring transects using WAP methodologies. The monitoring protocol was designed to detect<br />

positive hydrological and vegetative shifts towards the restoration of historic wetland functions of the on site<br />

wetlands in the post-project condition. Following the completion of the 3-year study, a Final Assessment<br />

Report was prepared detailing the overall effectiveness of the project design along with recommendations<br />

for system improvement and/or the potential for using treated stormwater to augment surficial flows.<br />

Cost: $1.1 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Ecological Services,<br />

Operation & Maintenance<br />

b.<br />

c.<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Battelle Memorial Institute, Louisiana Coastal Peer Review<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

8<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Battele Memorial Institute<br />

Karen Foster<br />

561-656-6304<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided independent external peer review<br />

services of the USACE Integrated Feasibility Study<br />

and Environmental Impact Statement for the LCA-<br />

Small Diversion at Convent/Blind River. The study<br />

area is 165 square miles.<br />

Panel member responsible for the review of several<br />

hydrologic and hydraulic models used to assess<br />

current conditions and the effectiveness of new<br />

infrastructure proposed to reintroduce freshwater,<br />

sediments, and nutrients to the Maurepas Swamp,<br />

approximating the natural historic flooding cycle, to<br />

rehydrate wetlands, restore sediment deposition, and<br />

reduce salinity to compensate for the negative effects<br />

of reduced seasonal floodplain inundation from the<br />

Mississippi River, sea level rise, and land subsidence.<br />

The general components of the plans evaluated involved the following: gated culvert gravity diversion of<br />

Mississippi River flows (approximately 3,000 cfs), a conveyance canal to convey diversion to the upper<br />

reaches of the Blind River canal system, canal berm cuts to restore wetland inundation, various water control<br />

structures strategically located to raise water levels to divert water through berm cuts into the wetlands, and<br />

several culverts to deliver freshwater under US Hwy 61.<br />

Several models were applied to evaluate the feasibility of the proposed project including HEC-HMS to generate a<br />

continuous hydrologic record of flows (rainfall-runoff process); HEC-RAS to simulate dynamic flow and storage<br />

(unsteady one dimensional hydraulic calculations); Environmental Fluid Dynamics Code, a two dimensional<br />

hydrodynamic and water quality model used to analyze the effects of freshwater diversions on the wetlands; and<br />

a Water Balance model used for long-term simulations in the area.<br />

Panel review comments were provided in the areas of model calibration and verification, boundary conditions<br />

uncertainty, sensitivity analyses, hydrologic water balance, spacing and location of proposed berm gaps,<br />

location and invert elevation of culverts, need for backflow preventers, sediment deposition rates, wetland<br />

phosphorus uptake, operations plan, flooding impacts to adjacent properties, screening criteria, future needs<br />

for adaptive management, and monitoring procedures.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(3) ROLE<br />

Independent Peer Review,<br />

Water Resources, Civil<br />

<strong>Engineering</strong><br />

b.<br />

c.<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Nutrimix Feed Company, Industrial NPDES Permit Renewal<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

9<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Nutrimix Feed Company<br />

Calle A, Zona Portuaria, Industrial Sabana,<br />

Guaynabo, PR 00953<br />

Waldemar Gonzalez<br />

President<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

787-622-7707<br />

Project manager for the renewal of the Individual Industrial NPDES permit (PR 0024619) with EPA Region 2.<br />

Responsibilities included letter to EPA responding to a compliance evaluation inspection report of the facility;<br />

evaluation and recommendation for renewal as either individual or general permit; recommendations regarding<br />

sampling, structural water quality improvements, and recording procedures; compilation and review of data and<br />

documents; filling out the forms and preparation of permit documents; facility walk through to review operations;<br />

update of the Storm Water Pollution Prevention Plan; correspondence and communications with the EPA; and<br />

clarification responses to questions raised by the EPA after permit submittal. Total fee 10,454.00<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Permitting, SWPPP,<br />

Correspondence<br />

(3) ROLE<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

Technical Support


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Peck Sink Stormwater Park, Hernando County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2011<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

10<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Hernando County – Florida<br />

20 North Main Street Room 262<br />

Brooksville, FL 34601<br />

Dawn Velsor<br />

Lead Environmental<br />

Planner<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

352-540-6529<br />

<strong>King</strong> provided multi-disciplinary services for this 111+ acre proposed County park and stormwater retrofit project,<br />

located southwest of the City of Brooksville in unincorporated Hernando County. This unique property is<br />

dominated by karst features, including the Peck Sink complex, and receives mostly untreated storm water runoff<br />

from nearly 8,000 acres of urban and rural land uses within a closed drainage basin.<br />

Project objectives include stormwater quality mitigation and<br />

volume management from both basin-wide and site-specific<br />

perspectives, as well as restoration and management of native<br />

plant communities. Services provided included data collection<br />

and evaluation, topographic survey, wetland delineation,<br />

vegetation and wildlife assessments, nuisance & exotic<br />

species mapping, habitat enhancement plans, design of park<br />

features and amenities, hydrologic modeling, engineering and<br />

drainage design, utilities design, engineering and permitting<br />

and construction bidding assistance. The conceptual master<br />

plan incorporates low impact development (LID) site design<br />

and storm water treatment concepts, storm water treatment<br />

ponds, filter marshes and<br />

floodplain attenuation areas.<br />

The first phase of this<br />

project, which includes<br />

PROJECT HIGHLIGHTS:<br />

entrance driveways and stormwater infrastructure, is currently under<br />

construction. When completed, the overall project will provide a passive use<br />

public park that will combine the proposed storm water treatment aspects with<br />

the park components, and will provide a unique opportunity to educate the<br />

public about various LID features and benefits, stormwater treatment, habitat<br />

enhancement and restoration, as well as the dynamics and sensitivity of the<br />

karst and sinkhole features relative to the aquifer protection. <strong>King</strong> also teamed<br />

with Andreyev <strong>Engineering</strong> and Ambient Technologies for the project.<br />

Andreyev provided geotechnical exploration, ground and surface water<br />

monitoring services, and Ambient conducted a Ground Penetrating Radar<br />

(GPR) survey within 15 acres of proposed deep pond construction areas in<br />

order to characterize near-surface geological conditions relative to suspected<br />

karst activity or anomalies.<br />

Cost $1.3 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

• 111+ acre Passive Use Park<br />

• Design of Park Features<br />

• Conceptual Master Plan - LID<br />

• Stormwater Quality Mitigation / Volume<br />

Management<br />

• Native Plant Restoration<br />

• Data Collection and Evaluation<br />

• Wetland Delineation<br />

• Hydraulic Modeling<br />

• Control Structure Design<br />

• Surveying Services<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Water Resources, Civil<br />

<strong>Engineering</strong>, Ecological<br />

Services, Surveying &<br />

Mapping<br />

b.<br />

c.<br />

Andreyev <strong>Engineering</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Geotechnical /<br />

Hydrogeological<br />

<strong>Engineering</strong>


SF 330 Projects by Primary Technical Discipline<br />

Sanitary <strong>Engineering</strong> Services (Function Code 52)<br />

Water supply, wastewater treatment, effluent disposal and reuse have become and will continue to be critical<br />

issues for municipalities and private utilities. As environmental regulations develop, disposing of waste products<br />

and reusing resources are becoming a bigger challenge. As populations grow and economic opportunity<br />

expands, new sources of water need to be developed. At the same time additional means of wastewater and<br />

biosolids treatment, reuse and disposal grow, too. <strong>King</strong>’s water and wastewater engineers work diligently with<br />

clients to plan, design, permit and construct systems that address these needs in a comprehensive and holistic<br />

manner.<br />

Our expertise and experience includes:<br />

Planning Services<br />

• Utilities Master Planning<br />

• Hydraulic Modeling<br />

• Preliminary <strong>Engineering</strong> Evaluations<br />

• Assistance with Developing Capital<br />

Improvement Plans<br />

• Cost Estimating<br />

• Funding and Grant Application Assistance<br />

• Repair and Replace (R&R) Evaluations<br />

Water Systems<br />

• Traditional Source Development<br />

• Alternative Source Development<br />

• Wellfields and Intake Systems<br />

• Raw Water Pumping and Transmission<br />

• Conventional and Membrane Treatment<br />

Facilities<br />

• Chemical Adjustment and Disinfection<br />

Systems<br />

• Ground and Elevated Storage Tanks<br />

• Pumping Facilities<br />

• Transmission and Distribution Systems<br />

• Metering and Control Facilities<br />

• Irrigation Systems Design and Control<br />

Wastewater Systems<br />

• High Performance Septic Systems<br />

• Septic System Abandonment Programs<br />

• Infiltration/Inflow Analyses<br />

• Sewer Rehabilitation Programs<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• Gravity sewers<br />

• Pump Stations<br />

• Force Mains<br />

• Odor Control Systems<br />

• Municipal / Industrial Treatment Facilities<br />

• High Level Disinfection<br />

• Effluent Storage, Pumping and Disposal<br />

Systems<br />

• Reuse Systems<br />

• Water Balance and Supply/Demand<br />

Evaluations<br />

• Supplemental Supply Systems<br />

• Gray Water Systems<br />

• Ground and Elevated Storage Tanks<br />

• Pumping Facilities<br />

• Transmission and Distribution Systems<br />

• Metering and Control Facilities<br />

• Irrigation Systems Design and Control<br />

• Reservoirs<br />

• Rapid Infiltration Basins<br />

Regulatory Services<br />

• Construction and Operation Permitting<br />

• Compliance Monitoring<br />

• Compliance Reporting<br />

• Virus Inactivation Credit Determinations<br />

• Initial Distribution System Evaluations<br />

• Capacity Analysis Reports<br />

• Operation and Maintenance Performance<br />

Reports<br />

Our utility projects range from small diameter distribution and service lines in residential neighborhoods to large<br />

diameter transmission mains conveying resources for miles. Our treatment facility experience includes small<br />

package plants and large state-of-the-art treatment facilities with capacities greater than 10 MGD.<br />

SF330 Projects by Primary Technical Discipline<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

Our capabilities go beyond designing, permitting and constructing water and wastewater systems. Our<br />

professional staff includes licensed water and wastewater treatment plant operators. These operators provide<br />

essential, practical advice during the design of our projects and assist with the startup and operation of these<br />

facilities as well as the training of our clients’ staff.<br />

The following table lists the function codes for the services provided by our team personnel to support water,<br />

wastewater and reclaimed water services project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

Sanitary Engineer<br />

Christopher Kuzler, PE<br />

Task Manager<br />

Franklin Torrealba, PE<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Sanitary Engineer<br />

Benjamin Turnage, PE<br />

Sanitary Engineer<br />

Thomas Traina, PE<br />

<strong>King</strong> Team Available Services<br />

SF330 Function<br />

Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

Sanitary Engineer<br />

Loc Truong, PE<br />

SF330 Additional Information<br />

2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System within the City of Miami Springs,<br />

Florida.<br />

a. PROJECT OWNER<br />

Miami-Dade Water and Sewer Department<br />

3071 SW 38 th Avenue<br />

Miami, FL 33146<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Rod Lovett<br />

Chief-Sewer Collection<br />

Division<br />

PROFESSIONAL SERVICES<br />

On-going<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

1<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

786-268-5025<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. (<strong>King</strong>) has been selected by Miami-Dade Water and Sewer Department<br />

(MDWASD) to provide Construction Management and Inspection services for the “Preliminary Evaluation Prior to<br />

Design and/or Other Upgrades to the MDWASD Sanitary Sewer System within the City of Miami Springs, Florida”.<br />

The project involves construction management and inspection of a Sanitary Sewer Evaluation Survey (SSES) for<br />

a portion of the Miami-Dade Water and Sewer Department's (MDWASD) wastewater collection system within the<br />

City of Miami Springs, Florida. The sanitary sewer collection system consists of approximately 46 miles of gravity<br />

pipes, 912 manholes, and 17 separate wastewater collection basins within the City of Miami Springs, Florida.<br />

<strong>King</strong> is monitoring and inspecting the Contractor's cleaning and evaluation of MDWASD's sanitary sewer<br />

collection system, including gravity system, manholes and pump stations, for compliance with project<br />

specifications. Cleaning is accomplished by high velocity hydro-cleaning equipment. Smoke testing is also<br />

performed for the entire system. Additionally, <strong>King</strong> is documenting and reporting any discrepancies found on the<br />

MDWASD provided Sewer Atlas Maps on the Department's Atlas Correction Form so that MDWASD GIS Master<br />

Atlas sheets are up date.<br />

<strong>Engineering</strong> activity includes reviewing the video inspection recordings of the sewer lines that are cleaned and<br />

video inspected by the Contractor within each pump station basin and making repair recommendations according<br />

to MDWASD’s approved repair protocols. The protocols describe repair technologies that will be used to<br />

rehabilitate the defective segments identified through the SSES project.<br />

Estimated Construction Cost: $270,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design, permitting<br />

and construction.<br />

(3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Miami Dade Water and Sewer Department Basis of Design Reports<br />

a. PROJECT OWNER<br />

Miami Dade Water and Sewer Department<br />

3071 SW 38 th Avenue<br />

Miami, FL 33146<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Dan Edwards, P.E.<br />

Chief – Planning Section<br />

PROFESSIONAL SERVICES<br />

On-Going<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

2<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

786-552-8354<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope,<br />

size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> was awarded this continuing services<br />

contract through the Miami-Dade Equitable Distribution Work<br />

Program. The purpose of these projects is to identify<br />

Municipal jurisdictions, identify existing or required Right-of-<br />

Way, identify the points of connection of the proposed force<br />

mains, pump stations preliminary engineering, determine its<br />

sizes and determine the best route for the proposed force<br />

mains in terms of constructability, to prepare an opinion of<br />

probable cost of the selected route, to determine a list of<br />

required permits, and to prepare a preliminary project<br />

schedule. These projects to date include:<br />

1) Pump Station <strong>Engineering</strong> Reports (six) and Pump<br />

Station 717 Sewer Forcemain System Evaluation<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. (<strong>King</strong>) has been selected<br />

by Miami-Dade Water and Sewer Department (MDWASD) to<br />

provide engineering services in the preparation of Basis of<br />

Design Reports. This work assignment involves preparing<br />

pump station engineering reports for six pump station<br />

upgrades, analyzing the proposed Pump Station (PS) 717<br />

sewer forcemain system and providing alternative forcemain<br />

recommendations. These Pump Stations are as follows:<br />

717, 719, 728, 730, 738, and 739.<br />

As part of the analysis, the following criteria were considered:<br />

• Force main’s maintenance issues solved (4-<strong>Inc</strong>h PS 717 force main and 10-<strong>Inc</strong>h golf course force main)<br />

• No “piggy backs”<br />

• No property issues (New booster pump station only)<br />

• Smaller pump station, less total dynamic head<br />

• Flow diversion availability (72-<strong>Inc</strong>h force main)<br />

• Cost effectiveness<br />

• No under utilization of PS 709<br />

2) 48-inch Water main Interconnect in the Central East Area (Downtown Miami) Preliminary Alternative<br />

Water Main Route Analysis: The MDWASD water transmission system in the Central East Area north of<br />

Downtown Miami needs to be completed from the existing 48-<strong>Inc</strong>h water main at NW 1st Place and NW 17th<br />

Street and south to an existing 36-<strong>Inc</strong>h water main along NW 6th Street from NW 7 Avenue to NW 1st Court.<br />

This project involved performing a preliminary alternative water main route analysis in order to interconnect the<br />

existing 48-<strong>Inc</strong>h water main at NW 17 Street and the existing 36-<strong>Inc</strong>h on NW 6 Street. The size of the<br />

interconnect water main was determined via modeling by MDWASD to be 48-<strong>Inc</strong>h water main. The proposed<br />

interconnect will improve water service in MDWASD’s service area, including but not delimited to the AA Arena,<br />

Fisher Island, Overtown, Port of Miami and the Village of Key Biscayne. Currently, when several cruise ships are<br />

being filled with water concurrently, and the existing 24-<strong>Inc</strong>h water main on the Rickenbacker Causeway is<br />

closed, Key Biscayne and Fisher Island do not receive adequate water supply. Therefore, the existing 30-<strong>Inc</strong>h<br />

and 24-<strong>Inc</strong>h on NW 6 Street from approximately NW 1st Court to Biscayne Blvd were paralleled with a new 36-<br />

<strong>Inc</strong>h water main in order to improve the available water supply in the area.<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the


points of connection of the proposed force main, determine its size (48-<strong>Inc</strong>h) and determine the best route for the<br />

proposed force main in terms of constructability, to prepare an opinion of probable cost of the selected route, to<br />

determine a list of required permits, and to prepare a preliminary project schedule for 7,300 feet of 48-<strong>Inc</strong>h Water<br />

main in the Miami Downtown area.<br />

3) CL-1 Pump Station 1 to C-2 Forcemain Connection<br />

Preliminary Alternative Pipe Route Analysis:<br />

MDWASD has three wastewater treatment plants: South<br />

District Wastewater Treatment Plant (SDWWTP), North<br />

District Wastewater Treatment Plant (NDWWTP), and<br />

Central District Wastewater Treatment Plant (CDWWTP).<br />

The CDWWTP is one of two regional wastewater<br />

treatment plants that currently discharge wastewater<br />

through ocean outfalls. Pursuant to the requirements of<br />

Chapter 2008-232, Laws of Florida Domestic Wastewater<br />

Ocean Outfalls, the discharge of domestic wastewater<br />

through ocean outfalls in Florida will be prohibited after<br />

December 31, 2025. Currently, MDWASD is developing<br />

plans to divert flow from the CDWWTP to other<br />

wastewater treatment plants, including a proposed West<br />

District Water Reclamation Plant (WDWRP) and the<br />

SDWWTP. The proposed interconnection evaluated in<br />

this analysis would allow for wastewater flow from Pump<br />

Station 1 (PS 1) and Pump Station 2 (PS 2) to be diverted<br />

to the proposed WDWRP and the SDWWTP.<br />

This project involved performing a preliminary alternative<br />

pipe route analysis so that PS 1 can pump west to an<br />

existing 42-<strong>Inc</strong>h force main which discharges at a manhole<br />

at NW 13th Avenue and NW 7th Street and the existing<br />

48-<strong>Inc</strong>h force main in the same vicinity. The interconnect<br />

force main size was determined by MDWASD to be a 60-<br />

<strong>Inc</strong>h force main as a result of modeling showing that a 60-<br />

<strong>Inc</strong>h force main parallel to the existing 48-<strong>Inc</strong>h force main on NW 2nd Street would provide sufficient pumping<br />

capacity. The project begins on NW 6th Avenue where the point of connection with the existing 84-<strong>Inc</strong>h<br />

forcemain will be identified. The project then extends west and then north along a route to be determined to NW<br />

6th Street/NW 13th Avenue where the point of connection with the existing 42-<strong>Inc</strong>h force main will be identified.<br />

Services provided included identify Municipal jurisdictions, identify existing or required Right-of-Way, identify the<br />

points of connection of the proposed force main, determine its size (60-<strong>Inc</strong>h) and determine the best route for the<br />

proposed force main in terms of constructability, to prepare an opinion of probable cost of the selected route, to<br />

determine a list of required permits, and to prepare a preliminary project schedule for 5,700 feet of 60-<strong>Inc</strong>h<br />

Forcemain near the Miami Downtown area.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

c. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(3) ROLE<br />

Environmental <strong>Engineering</strong><br />

(3) ROLE<br />

Environmental <strong>Engineering</strong><br />

(3) ROLE<br />

Surveying and Mapping


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

MDWASD – Wastewater Transmission System Hydraulic Computer<br />

Model Task # 1 – Wastewater Gravity Sewer Modeling – Phase 1<br />

a. PROJECT OWNER<br />

Miami Dade Water and Sewer Department<br />

3071 SW 38 th Avenue<br />

Miami, FL 33146<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Peter Jelonek, PE<br />

PROFESSIONAL SERVICES<br />

On-Going<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

3<br />

CONSTRUCTION (if applicable)<br />

NA<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

786-552-8226<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. (<strong>King</strong>) has been selected by Miami-Dade Water and Sewer Department<br />

(MDWASD) to provide engineering, planning, evaluation, analysis, and wastewater modeling services. The<br />

“Overall Task Order” covers Special Services at the request of the Miami-Dade Water and Sewer Department<br />

(MDWASD).<br />

MDWASD is the fifth largest utility in the nation and provides water and sewer service for most of Miami-Dade<br />

County, serving a current population of over 2,000,000 residents.<br />

MDWASD has a gravity sewer model which includes 1018 basins. The gravity sewer collection system (pipes<br />

only) was developed using interpolated invert elevations. While the gravity pipe network is incorporated into the<br />

overall countywide wastewater model, it is not currently operational. The current operational model is focused on<br />

the pressured system of pipes and pumps using SCADA data real-time pump on/off set points.<br />

As part of the continued development of the wastewater model, MDWASD wishes to incorporate the gravity<br />

system into the model. However, MDWASD wants to use a simplified but accurate methodology to expedite<br />

model development, reduce model run times, and minimize the associated level of effort. The proposed<br />

methodology incorporates two simplifying assumptions:<br />

• Use extrapolated invert elevations for the gravity sewer system pipes. The current extrapolation methodology<br />

starts with the known pipe invert elevation at the wet well and extrapolates inverts upstream as a function of<br />

pipe length and diameter. Alternatively, inverts can be extracted from as-built information which is a time<br />

consuming effort that will still result in some information gaps.<br />

• Use the gravity system stage-storage curve to route gravity basin inflows (design hydrographs) into the pump<br />

station wet well. The alternative is to simulate the gravity system in detail which requires an extensive effort<br />

to develop the system and will substantially increase model run times.


Under this task order, <strong>King</strong> provided the following services:<br />

• Developed the detailed gravity model with as-built invert and rim elevations for Basins 183 and 237.<br />

• Inflow hydrographs were already apportioned to each manhole in the interpolated model provided by<br />

MDWASD, the same ratio was used when distributing the current billing records for basins 183 and 237. The<br />

unit hydrograph was updated based on the Dry Weather Flow hydrograph provided by MDWASD for the two<br />

basins.<br />

• Obtained and confirmed pump curves, wet well inverts, pump on and off levels, pressure curves, and SCADA<br />

for PS 183 and 237.<br />

• Stage storage curves for the interpolated and as-built model were compared for both basins in order to<br />

highlight major differences in data accuracy.<br />

• Stage storage models for Basins 183 and 237 were created using both the interpolated model and the as-built<br />

model storage curves.<br />

• Diurnal pressure patterns for both basins were obtained from MDWASD, applied to the interpolated model<br />

run, and increased until an overflow (or near overflow) condition was observed. This increased pressure<br />

pattern was used as a basis for all other model runs.<br />

• All model scenarios (Interpolated, As-Built, Interpolated Stage Storage, and As-Built Stage Storage) were run<br />

to obtain a history of wet well water levels, inflow, and outflow hydrographs.<br />

• Prepared the following comparison graphs/tables:<br />

o Interpolated stage storage versus as-built stage storage (and error histograms) for basins 183 and 237.<br />

o<br />

Inflow and outflow hydrographs at the wet well for basins 183 and 237 (comparing the four model<br />

scenarios outlined above).<br />

o Wet well water levels for basins 183 and 237 (comparing all four scenarios).<br />

Fee: $21,800<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

c.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Environmental <strong>Engineering</strong>,<br />

Computer Modeling<br />

(3) ROLE<br />

Environmental <strong>Engineering</strong>,<br />

Computer Modeling


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Coastal Water Systems Interconnect Project – Phase 1, Basis of<br />

Design Report<br />

a. PROJECT OWNER<br />

Northwest Florida Water Management District<br />

81 Water Management Drive<br />

Havana, FL 32333-4712<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mr. Nick Wooten<br />

Bureau Chief, Water<br />

Resources<br />

PROFESSIONAL SERVICES<br />

On-going<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

4<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

850-539-5999<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

The Northwest Florida Water Management District<br />

(NWFWMD) retained <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(<strong>King</strong>) to provide planning, engineering, modeling, design,<br />

permitting, and construction management services for the<br />

implementation of regional water system interconnects with<br />

the objective of increasing water supply reliability in<br />

communities along the coastal panhandle in the event of<br />

water shortages resulting from environmental emergencies,<br />

natural disasters, or system failures. The study area<br />

included 18 different coastal utilities in Santa Rosa,<br />

Okaloosa, Walton, Bay, and Gulf counties.<br />

<strong>King</strong> had previously completed a preliminary feasibility study<br />

of coastal water systems interconnects in January 2009.<br />

That study identified potential interconnects that achieved a<br />

high level of reliability for current and future demand in a<br />

cost-effective manner by relying on existing interconnects to<br />

the maximum extent possible and implementing<br />

interconnects in phases to match future demand growth. A<br />

more detailed engineering study was recommended based on the successful results of the feasibility study.<br />

Subsequent to the preliminary study, the NWFWMD retained <strong>King</strong> to proceed with Phase 1 of the Coastal Water Systems Interconnect<br />

Project. The objective of Phase 1 is to develop a Basis of Design Report (BODR). The BODR is intended to define major project elements<br />

and outline a clear course of action prior to initiating detail design activities. Major tasks under the BODR included:<br />

• Analysis of current (2007) and future (2030) water demand for the 18 utilities<br />

• Evaluation of current and future sources of raw water, including current permitted capacities<br />

• Determination of utility emergency production capacities based on well installed pump capacity, high service pumps, and water treatment<br />

plant capacities<br />

• Establishment of minimum interconnect flow reliability targets<br />

• Hydraulic modeling (H2ONET)<br />

• Construction of hydraulic model (H2ONET) including all 18 utilities, pumps, ground and elevated storage tanks, major<br />

transmission and distribution mains, valves, and interconnects. Used TAZ population data for geographical distribution of<br />

demand.<br />

• Model calibration to 2007 conditions (flows and pressures)<br />

• Creation of a 2030 base model including additional improvements (pumps, pipes, source waters)<br />

• Model evaluation of regional interconnect alternatives including failure scenarios and required additional infrastructure to<br />

maximize interconnect capacity<br />

• Analysis of finished water quality and desktop blending calculations to evaluate potential water quality problems and recommend<br />

chemical adjustment when blending waters from different sources and treated by different methods. Also estimated residence times of<br />

water in interconnect pipes and recommended solutions. Effort included finished water quality sampling event.<br />

• Evaluation of alignment alternatives considering cost, existing ROW/easements, utility conflicts, and MOT requirements, etc.<br />

• Prepared 200 scale maps showing preferred horizontal alignments<br />

• Preliminary design drawings<br />

• Permitting requirements and schedule<br />

• Prepared opinion of probable cost<br />

• Preliminary Operations Plans/Protocols<br />

• Detailed implementation schedule<br />

• Basis of Design Report summarizing Phase 1 work<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Water Use Analysis, Water<br />

Modeling, Water Quality<br />

Analysis, Preliminary<br />

Design Drawings, Cost<br />

Estimates<br />

(3) ROLE<br />

Preliminary <strong>Engineering</strong>,<br />

Water Modeling, GIS,<br />

Schedule


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Sanitary Sewer Capital Improvement Plan, Town of Lauderdale-<br />

By-The-Sea, FL<br />

a. PROJECT OWNER<br />

Lauderdale by-the-Sea<br />

Municipal Services<br />

4501 Ocean Drive<br />

Lauderdale by-the-Sea, FL 33308<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mr. Don Prince<br />

Municipal Services Director<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

954-776-5119<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was retained by the Town of Lauderdale-By-The-Sea (LBTS) to provide sanitary sewer system evaluation,<br />

analysis and engineering services for their “Sanitary Sewer Capital Improvement Plan”. The sanitary sewer<br />

collection system consists of two separate wastewater collection basins with approximately 10.5 miles of gravity<br />

pipes, 165 manholes and two pump stations (60 HP and 7.5 HP) with their respective force mains.<br />

The project involved conducting evaluations to quantify the needs of the existing gravity sewer system, flow<br />

meter, and lift stations, recommend improvements, prepare cost estimates, and develop a Sanitary Sewer Capital<br />

Improvements Plan (SSCIP). The work performed included:<br />

• Video review of 165 CCTV inspections – 632 defects were identified.<br />

• Assign repair recommendations based on approved repair protocol – 252 repairs were recommended.<br />

• Flow meter evaluation – (1) verified meter was installed as per manufacture’s specifications (2) reviewed<br />

calibration records.<br />

• Inspection and evaluation of two lift stations including hydraulic analysis, spacing requirements and<br />

electrical requirements – various minor repairs were recommended.<br />

• Infiltration and inflow (I/I) evaluation, including the development of dry and wet weather hydrographs for<br />

each lift station – analysis identified both stations as rain dependent I/I (RDII).<br />

• Prepared a comprehensive SSCIP report to assist the town of LBTS in planning ongoing maintenance,<br />

system repairs and upgrades, and quantifying the potential savings from the implementation of an<br />

Infiltration and Inflow (I/I) program.<br />

The SSCIP plan included the costs of repairs to the gravity sewer lines and two lift stations as well as the<br />

replacement costs of the lift stations and other key components of the sewer system. In addition, it included costs<br />

related to a proposed Gravity Sewer System Capacity Evaluation Hydraulic Model, proposed Lift Station<br />

Monitoring Program, proposed Suspect Lateral I/I Program, and I/I Reduction Maintenance Program.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

b. <strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Doral, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design<br />

(3) ROLE<br />

Planning, design


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Pasco County General Professional and Consulting<br />

Services Agreement- Pasco County, FL<br />

a. PROJECT OWNER<br />

Pasco County Utilities<br />

23. PROJECT OWNER’S INFORMATION<br />

PROFESSIONAL SERVICES<br />

Contract1987-current<br />

b. POINT OF CONTACT NAME<br />

Bob Sigmond - Director<br />

Utilities Fiscal Services Dept.<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

For the past 24 years, <strong>King</strong> has been providing professional<br />

engineering consulting services on an as-needed basis for projects<br />

related to the design, permitting and construction, operation,<br />

maintenance, rehabilitation, and expansion of facilities for water,<br />

wastewater and reclaimed water systems. Projects include water<br />

treatment plants, wastewater treatment plants, pump stations,<br />

gravity sewers, reservoirs, pipelines and reuse stations. The<br />

following project describes our recent wastewater treatment<br />

facility project and scope of services. Additional wastewater<br />

treatment and pumping systems projects are listed on the<br />

following page.<br />

Shady Hills Wastewater Treatment Plant Expansion-14 mgd<br />

In 2007, <strong>King</strong> was retained to provide design, permitting and<br />

construction services for the expansion of the Shady Hills<br />

Subregional WWTP from 2 mgd to 14 mgd. This project included the<br />

complete replacement of the existing headworks; four anoxic basins;<br />

three new aeration basins with DO control, each equipped with<br />

internal recycle pump stations for nitrate removal; four new 80-foot<br />

clarifiers; five deep bed mono-media filters; conversion of the<br />

existing high service pump station to a filter washwater pump station;<br />

conversion of the existing chlorine contact chamber and effluent<br />

transfer pump station to a filter washwater mud well; two new<br />

chlorine contact chambers with sodium hypochlorite storage and<br />

feed system; 32 mgd effluent transfer pump station; one 5 MG<br />

ground storage tank; 24 mgd high service reclaimed water pump<br />

station; 80,000 gpd septage/grease receiving station with screens,<br />

storage and vacuum filters; two 1-MG sludge storage tanks with<br />

scale house; 21 MG lined reject water storage pond; and, a new<br />

Administration Building. The project included expansion of the<br />

potable and plant service water systems; new standby generator and<br />

power distribution system, distributed control system, and security<br />

system. The plant expansion was designed to allow the future<br />

expansion to 21 mgd. Construction was completed 2010.<br />

Cost: $67 million<br />

SERVICES:<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

6<br />

CONSTRUCTION (if applicable)<br />

varies<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-847-8041<br />

• Master Planning – Water,<br />

Wastewater, Reclaimed Water<br />

• Project Feasibility<br />

• Hydraulic Modeling<br />

• Preliminary and Final Design<br />

• Studies / Evaluations<br />

• System Analysis / Reports and<br />

Recommendations<br />

• System Performance Analysis<br />

• Regulatory Evaluations<br />

• Permitting<br />

• Preparation of Specifications,<br />

Bid Documents, and<br />

Construction Drawings<br />

• Bid Services including<br />

Preparation, Negotiations, and<br />

Evaluations<br />

• Construction Administration and<br />

Field Observations<br />

• Operation and Maintenance<br />

Activities for system<br />

Management<br />

• Start-up and Equipment Testing<br />

• Environmental Assessments<br />

• Quality Assurance / Quality<br />

Control<br />

• Contract Closeout<br />

• Surveying Services<br />

• Maintenance of Traffic<br />

• Environmental/Ecological<br />

Assessments


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Pasco County General Professional and Consulting<br />

Services Agreement -Pasco County, FL<br />

a. PROJECT OWNER<br />

Pasco County Utilities<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Bob Sigmond - Director<br />

Utilities Fiscal Services Dept.<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

ADDITIONAL MAJOR WASTEWATER TREATMENT PROJECTS<br />

INCLUDE:<br />

Wastewater Treatment Facilities Projects<br />

• Wastewater Treatment Plants (8) Capacity Analysis / Operation and<br />

Maintenance Reports annually for 5 years<br />

• Lacoochee Wastewater Treatment Plant-52,000 gpd tubular tank<br />

• Lacoochee WWTP Flow Equalization System and Rerating<br />

• Odessa Subregional WWTP Upgrade (0.15 to 0.30 mgd)<br />

• Odessa Subregional WWTP Plant Expansion (from 0.3 to 1.0 mgd)<br />

• Land O’Lakes Subregional Wastewater Treatment Plant<br />

Phase 1B (8.0 mgd to 1.0 mgd)<br />

• Land O’Lakes Subregional Wastewater Treatment Plant (3.5 mgd)<br />

• Shady Hills Subregional WWTP Upgrade Phase 2 (from 0.4 to 3.5 mgd)<br />

• Reuse Metering and Controls<br />

• Process Equipment Evaluation and Rehabilitation Project for Hudson<br />

and Embassy Hills Wastewater Treatment Facilities<br />

• Embassy Hills WWTP Sludge Handling and Filtration Improvements<br />

Wastewater Treatment Plants Capacity Analysis Reports<br />

Pump Stations / Force Main Projects<br />

• Trinity/Odessa Master Wastewater Pump Station and Transmission<br />

Main<br />

• Central Pasco Master Pump Stations and Pipelines Project<br />

Sunlake Master Pump Station/ Collier Parkway Booster Pump Station<br />

• Little Road Water Treatment Plant Odor Control<br />

• Central Pasco Water and Wastewater Systems Improvements<br />

Reclaimed Water Storage Treatment and Distribution Projects<br />

• Timber Pines Reclaimed Water Irrigation System and Master Plan<br />

• Wet Weather Assessment<br />

• Boyette Road Reservoir<br />

• North-Central Pasco Reclaimed Main & Force<br />

• West Pasco Reuse System Northeast Segment<br />

Master Planning<br />

• Pasco County Wastewater Master Plan<br />

• Pasco County Reuse Master Plan<br />

PROFESSIONAL SERVICES<br />

Contract 1987-current<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

6<br />

CONSTRUCTION (if applicable)<br />

varies<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-847-8041<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION<br />

(City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Prime<br />

Environmental <strong>Engineering</strong>–Water / Wastewater<br />

Permitting<br />

Ecological Services<br />

Construction Management<br />

Surveying


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Ulmerton Road Utility Adjustments, Pinellas County, FL<br />

a. PROJECT OWNER<br />

City of Largo<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Leland Dicus, P.E.<br />

City Engineer<br />

PROFESSIONAL SERVICES<br />

ongoing<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

ongoing<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

(727) 587-6713<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

The City of Largo operates its own wastewater and reclaimed water utilities<br />

serving approximately 75,000 residents. Many of the City’s major utilities run<br />

along Ulmerton Road (State Road 688), which bisects the entire length of the<br />

City from east to west for almost 9 miles. Ulmerton Road is a major<br />

commercial traffic artery and is being widened in phases by the Florida<br />

Department of Transportation (FDOT). <strong>King</strong> was retained by the City of Largo<br />

to provide design, permitting, utility coordination and construction services for<br />

utility relocations associated with the different phases of the Ulmerton Road<br />

widening project. To date, the work has been completed under three separate<br />

contracts and has included approximately 16,400 LF of wastewater and<br />

reclaimed water utilities.<br />

Ulmerton Road Utility Relocations<br />

As part of the route analysis and preliminary design process, <strong>King</strong> evaluated and proposed an improved wastewater<br />

system configuration that provided the same level of service to the customer while resolving construction conflicts and<br />

reducing total length of pipe by over 20 percent. <strong>King</strong>’s innovative approach and attention to detail resulted in a cost<br />

savings to the City of approximately $200,000. Much of the alignment was heavily congested with traffic, businesses<br />

and utilities. Therefore, the project required an extensive amount of communication with the FDOT, business owners,<br />

the public and other utility providers located with the right-of-way.<br />

Throughout the project, <strong>King</strong> worked with the FDOT Utility Coordinator to complete the plans and to coordinate<br />

construction schedules, specifications, and estimates using new FDOT Utility Work Schedule forms and electronic<br />

submittal procedures, including FDOT PEDDS and MicroStation drafting software.<br />

Design is currently underway for the final two phases of the project, scheduled to be completed by 2012. As part of<br />

these final design services, <strong>King</strong> performed a study and developed recommendations for integrating expansions of the<br />

City’s sewer system into the utility relocation projects and providing sewer service to areas of the city currently served<br />

by individual septic systems.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

T<br />

(2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

<strong>Engineering</strong> Design and<br />

Construction Phase<br />

Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

Keller Septic System Phase Out Program, Keller, TX<br />

a. PROJECT OWNER<br />

City of Keller, TX<br />

PROFESSIONAL SERVICES<br />

On-going<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mr. Gregory W. Dickens, P.E.<br />

Director of Public Works<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

CONSTRUCTION (if applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

817-743-4080<br />

The project involves the installation of sanitary sewer lines in three locations within the City of Keller to allow the<br />

decommissioning of septic tanks. The project is a multiphase project, consisting of three phases:<br />

Phase 1 - Katy Road Sanitary Sewer<br />

Improvements: this project involves construction of<br />

9,400 linear feet of new 8-inch gravity sewer line,<br />

2,500 linear feet of 3-inch force main, and one lift<br />

station.<br />

Phase 2 - Big Bear East Collectors: this project will<br />

extend the residential sewer collector system to pick<br />

up the wastewater from the Country Place Estates,<br />

Treehouse Lane, and Blackwood / Florence areas and<br />

transport it to the proposed Big Bear East Branch<br />

Interceptor system (2009) and then to the Trinity River<br />

Authority’s Central Regional Wastewater Treatment<br />

Plant in Grand Prairie.<br />

Phase 3 - Marshall Branch East Collectors: this<br />

Proposed Wastewater Line Profile<br />

project involves construction of a residential sewer<br />

collector system to pick up the wastewater from the Belaire Hills Estates and Summer Ridge areas and transport it to<br />

the proposed East-West Marshall Branch Interceptor system and then to the Trinity River Authority’s Denton Creek<br />

Wastewater Treatment Plant in Roanoke. <strong>King</strong> prepared all the application material and assisted the City in<br />

obtaining low-interest rate funding for the project through the Texas Water Development Board (TWDB) in 2010.<br />

The Texas Water Development Board (TWDB) is a State Agency created by the Texas Legislature in 1957 to<br />

provide loans to local governments for water supply projects and wastewater projects such as the one we are here to<br />

talk about tonight. TWDB financial assistance programs are funded through state-backed bonds and federal grant<br />

funds.<br />

The TWDB includes the Clean Water State Revolving Fund (CWSRF) in its portfolio of financial assistance<br />

programs. With <strong>King</strong> assistance, the City of Keller in 2010 made application for these funds and competed<br />

successfully against hundreds of other cities to obtain these most sought after funds. Funded in part by federal grant<br />

money, the CWSRF provides loans at interest rates lower than the market can offer to any eligible applicant. With<br />

either option, the borrower will receive a net long-term interest rate that is effectively 1.6 percent below the rate the<br />

borrower would receive on the open market at the time of closing. This 1.6 percent interest rate reduction equates to<br />

a savings of approximately $140,000 per $1 million borrowed during the life of a loan. Based on an expected<br />

borrowing of approximately $6 Million, these subsidized loans from the Texas Water Development Board will save<br />

the citizens of Keller over $800,000.<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Austin, TX<br />

(3) ROLE - Prime<br />

Funding Assistance, Planning, Utilities <strong>Engineering</strong>, Permitting<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(3) ROLE - Subconsultant<br />

Funding Assistance, Planning, Utilities <strong>Engineering</strong>, Permitting


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

9<br />

21. TITLE AND LOCATION (City and State)<br />

Water, Wastewater & Reclaimed Water Master Plan, Baker<br />

County, FL<br />

a. PROJECT OWNER<br />

Baker County, Florida<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Ed Preston<br />

Planning & Zoning<br />

Director<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Baker County is entering a period of potential growth and<br />

County officials decided to have this Master Plan prepared.<br />

The County is considering forming a regional utility, and is<br />

using the Master Plan to organize utility elements and<br />

secure quality facilities in the event of the County taking over<br />

the regional system. The Master Plan identified a new MBR<br />

wastewater treatment facility and new regional well field as<br />

significant elements of the system. This study set the<br />

ground work for Baker County to become a regional utility<br />

and provider of these services. This document established<br />

design criteria for regional water, wastewater and reclaimed<br />

water facilities.<br />

PROFESSIONAL SERVICES<br />

2006<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if<br />

applicable)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

904-259-3354<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Environmental<br />

Engineer<br />

(3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

Environmental<br />

Engineer<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Miscellaneous <strong>Engineering</strong><br />

Dunedin, FL<br />

a. PROJECT OWNER<br />

City of Dunedin<br />

542 Main Street<br />

Dunedin, FL 34698<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mr. Douglas Hutchens<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

10<br />

CONSTRUCTION (if applicable)<br />

Various Project<br />

Completion Dates<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-298-3005<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> has been providing engineering services on a continuing basis for the design, permitting and construction of miscellaneous public works<br />

projects. To date, projects have included stormwater and environmental improvements for Hammock Park, channel water quality control,<br />

wetland system improvements, utility coordination on downtown redevelopment projects, residential reclaimed water systems, reclaimed<br />

water transmission mains, SWFWMD grant coordination, water main replacement projects, new and rehabilitated potable water wells, sanitary<br />

sewer systems, city-wide telecommunications conduits, maintenance of traffic plans, and reverse osmosis water treatment plant, and<br />

advanced wastewater treatment plant modifications and upgrades.<br />

The following list depicts many of the tasks that have been performed under various scopes for the City of Dunedin projects listed.<br />

• Preliminary and final design services<br />

• Permitting<br />

• Reports<br />

• Studies<br />

• Modeling<br />

• Bid services including preparation negotiations, and evaluations<br />

• Construction management including observation and inspection<br />

• Operation and maintenance<br />

• Start-up, equipment testing<br />

• Quality assurance/quality control<br />

• Survey<br />

• Landscape services<br />

• Residential Reclaimed Water Distribution Systems<br />

• Reclaimed Water Transmission System Hydraulic Model<br />

The projects executed under this contract include:<br />

• Lift Station #10 Refurbishment<br />

• Main Street Water Main Replacement<br />

• LS-15 Influent Sewer<br />

• LS-15 Force Main Replacement<br />

• Rosewood Channel Stabilization<br />

• Management, Operations and Maintenance (MOM) Program Assessment<br />

• Weathersfield Booster Pump Station Reclaimed Water Pump Replacement<br />

• Lift Station 20 Evaluation<br />

• Spanish Trails Sanitary Sewage Study<br />

• Keene Road Utility Relocation<br />

• Belcher Road Reclaimed Water Storage and Booster Pump Station<br />

• Spanish Trails Sanitary Sewer and Reclaimed Water System<br />

• Community Center<br />

• Dunedin Reverse Osmosis Water Treatment Plant Transfer Pump Upgrade<br />

• Disinfection Evaluation for Removal / Inactivation of Viruses<br />

• Reverse Osmosis Water Treatment Plant Pretreatment Chlorine Feed System<br />

• Reverse Osmosis Water Treatment Plant Green Sand Filter Rehabilitation<br />

• Water Plant Green Sand Filters No. 6 and 7<br />

• Reverse Osmosis Water Treatment Plant Chemical Bulk Storage System<br />

• Reverse Osmosis Water Treatment Plant Modifications<br />

• Reverse Osmosis Water Treatment Plant Stainless Steel Piping Modifications<br />

• Coastal Raw and Reclaimed Water Main<br />

• Reclaimed Water South Loop Transmission Main<br />

• Dunedin Risk Management Plans $ Process Safety Management Plans<br />

• Capacity Analysis Report for 6.0 MGD Advanced Wastewater Treatment Plant<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design, permitting<br />

and construction.


SF 330 Projects by Primary Technical Discipline<br />

Ecological Services (Function Codes 07 and 19)<br />

<strong>King</strong>’s Ecological staff has completed over 40 ecosystem/ecological restoration projects ranging from 10 acre<br />

habitat restoration projects to complex ecosystem restoration projects within large watersheds requiring<br />

extensive modeling of surface and groundwater conditions, erosion control measures, identification of wildlife<br />

and plant species, and permitting through state and local regulatory agencies.<br />

Each of these projects required <strong>King</strong> to coordinate with both cooperative funding partners and various<br />

interested parties and permitting agencies in order to successfully address the conditions and challenges unique<br />

to each project. As a result, our staff is intimately familiar with various regulatory requirements and the<br />

inevitable changes and updates to such regulations.<br />

<strong>King</strong> approaches each project with the understanding that the final plan must be ecologically and financially<br />

sound, with long-term management and sustainability as the prime objectives. Our experience includes the<br />

planning and design of created forested and herbaceous wetland systems, restoration and enhancement of<br />

degraded uplands and wetlands and the preservation of land with high ecological values.<br />

All of <strong>King</strong>'s Ecological team members are authorized by the Florida Fish and Wildlife Conservation Commission<br />

(FWC) to conduct work pursuant to a valid Scientific Collection Permit. Additionally, <strong>King</strong>’s ecological staff<br />

members, Mike Palmer and Ben Ballard, are authorized to capture, handle and relocate gopher tortoises<br />

pursuant to two valid Gopher Tortoise Authorized Agent Permits as issued by the FWC (#GTA-09-00026 and<br />

#GTA-09-00269).<br />

<strong>King</strong>'s Ecological Services staff consists of 4 Environmental Scientists with professional expertise in a variety of<br />

applicable environmental disciplines including:<br />

• Habitat Restoration & Enhancement Design<br />

• Wetland Functional Analysis<br />

• Stormwater Treatment Retrofitting<br />

• Marine and Freshwater Ecology<br />

• Terrestrial Ecology<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• Natural Systems Hydrology<br />

• Water Quality Analysis<br />

• Listed Species Management<br />

• Habitat Evaluation and Monitoring<br />

<strong>King</strong>’s Ecological Staff have performed the above listed disciplines for many successful and thriving cooperatively<br />

funded Surface Water Improvement and Management Program (SWIM) habitat restoration and stormwater<br />

retrofit projects in the central Florida area, as well as similar projects throughout the state.<br />

<strong>King</strong> ecologists are experienced in the collection of both qualitative and quantitative field data, as well as the<br />

interpretation of such data relative to decision making or adaptive management recommendations. We have<br />

significant experience in the utilization of various data collection methodologies, including Florida Department<br />

of Environmental Protection Standard Operating Procedures for Field Activities, Florida Fish and Wildlife<br />

Conservation Commission (FWC) Methodology and Wetland Rapid Assessment Procedures (WRAP), Rapid<br />

Assessment Method (RAM) and Florida’s Uniform Mitigation Assessment Method (UMAM).<br />

Aerial photographs are routinely used in habitat assessments, habitat mitigation design, assessments of coastal<br />

zone changes, and delineation of wetland boundaries. <strong>King</strong>’s environmental scientists are highly skilled and<br />

experienced in the ground truthing of ecosystems derived from aerial photographs, soils maps and other base<br />

SF330 Projects by Primary Technical Discipline<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

data collections in the field. They are also very adept in the interpretation of data and in the interpretation and<br />

use of aerials, including black and white, full-color and infrared.<br />

<strong>King</strong>’s scientists are also able to statistically analyze vegetative and flow data for the development and use of<br />

regression models and other analyses performed by accepted procedures and to recognize patterns of<br />

community transition within the data.<br />

The following table lists the function codes for the services provided by our team personnel to support<br />

ecological services project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

Task Manager<br />

Brian Skidmore<br />

Bioligist<br />

Peter Bottone<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Biologist<br />

Benjamin Ballard<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Biologist<br />

Mike Palmer<br />

<strong>King</strong> Team Available Services<br />

SF330 Function<br />

Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

SF330 Additional Information<br />

2


21. TITLE AND LOCATION (City and State)<br />

F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

Terra Ceia Ecosystem Restoration Project<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

1999<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

1<br />

CONSTRUCTION (if applicable)<br />

2010<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Southwest Florida Water Management District<br />

Dr. Brandt Henningsen<br />

(813) 985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was contracted by the District to provide design, permitting and construction administration for this largescale<br />

ecosystem restoration project within the Terra Ceia Aquatic and Buffer Preserve. The 1,600 acre property<br />

is jointly owned by the District and the Florida Department of Environmental Protection (FDEP). The site was<br />

formerly known as the Terra Ceia Isles parcel and at one time was proposed for a large-scale Development of<br />

Regional Impact. The project provides approximately 200 acres of estuarine habitat restoration and 400 acres of<br />

upland habitat restoration and may represent the largest single restoration project undertaken by the District to<br />

date. Permit approvals were obtained from the U.S. Army Corps of Engineers and the FDEP for the project.<br />

Elements of the project design included the regrading of disturbed wetlands to facilitate nuisance species<br />

removal and replanting with desirable salt marsh grass species, the regrading of agricultural ditches and<br />

associated spoil mounds to facilitate the construction of braided tidal creeks and channels, the regrading of<br />

selected fallow, nuisance species dominated agricultural fields to allow either tidal exchange and planting with<br />

selected salt marsh grass species, or freshwater wetland creation with the planting of freshwater marsh species,<br />

and the clearing of large upland parcels to facilitate nuisance/exotic species removal and replanting with<br />

desirable upland species.<br />

Within the Terra Ceia property, the existing cultural and historical resources were initially identified and mapped<br />

pursuant to the completion of a Level 1 cultural resource survey. The nature and location of each identified<br />

cultural resource was taken into account in the development of the conceptual design for the overall project. At<br />

the time that construction plans were prepared, any cultural resource areas that fell adjacent to proposed work<br />

areas were located using mapping grade GPS equipment and incorporated into the construction plans to ensure<br />

that the construction of habitat restoration areas would not imply impacts to existing cultural resources.<br />

The project received a “Second Place Future of the Region<br />

Award” from the Tampa Bay Regional Planning Council. <strong>King</strong><br />

also received accolades from review agencies, the project<br />

Cooperator and Construction Contractor for the quality and<br />

accuracy of the ecosystem restoration plan set.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong><br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Civil <strong>Engineering</strong> / Ecological<br />

Services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Camp Branch Creek – Putnam County, FL<br />

a. PROJECT OWNER<br />

Florida Fish and Wildlife Conservation<br />

Commission<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Ed Hayes, Project Manager<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

2<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE<br />

NUMBER<br />

352-357-2398<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided design and permitting services associated with the proposed restoration of Camp Branch<br />

Creek, a tributary of the St. John’s River located in Putnam County. A section of the original creek was<br />

diverted in the late 1960’s by excavation of a “rim ditch” in association with agricultural activities, which<br />

has resulted in hydrologic impacts (tree fall, soils subsidence and upland species invasion) within the<br />

historic creek bed and wetland floodplain. The objective of the project was to restore flows to the<br />

original creek bed and improve the health and function of the associated wetland system. <strong>King</strong>’s<br />

design focused on the partial back-filling/plugging of the man-made rim ditch system with diversion of<br />

flows back into the historic creek bed, along with removal of flow obstructions within the historic flow<br />

path, in order to mimic the pre-disturbance flow conditions for Camp Branch Creek. Services provided<br />

by <strong>King</strong> under this contract included base data collection and evaluation, environmental assessments,<br />

stormwater and flood modeling, wetland enhancement plan, design, regulatory permitting, bidding<br />

assistance and construction observation.<br />

<strong>King</strong> prepared a topographic survey of the project area, delineated the wetlands along the rim ditch and<br />

historic creek segments, and performed extensive hydraulic modeling of the existing and proposed<br />

conditions. <strong>King</strong> also prepared a Technical Design Memorandum to evaluate design alternatives and<br />

prepared final construction plans and specifications for the selected alternative design. <strong>King</strong> Ecologists<br />

are also providing post-construction monitoring of the wetland enhancement and restoration areas.<br />

Construction<br />

Cost: $263,906<br />

Before<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

After<br />

a.<br />

b.<br />

c.<br />

d.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Jacksonville, FL<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Civil, Drainage<br />

<strong>Engineering</strong>, Surveying<br />

(3) ROLE<br />

Ecological, Water<br />

Resources Support<br />

e.<br />

f.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

St. Petersburg Junior College WESR Project<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

1999<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

22. YEAR COMPLETED<br />

3<br />

CONSTRUCTION (if applicable)<br />

2001<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

St. Petersburg College<br />

Lisa Cook<br />

(850) 245-9487<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was contracted by St. Petersburg College (SPC) to provide design,<br />

permitting, bid package preparation, and construction management services for<br />

the Wetland Enhancement and Stormwater Retrofit (WESR) project located at<br />

the 102 acre Seminole campus. The WESR was a cooperatively funded project<br />

between SPC, SWFWMD, and Pinellas County. The project involved a<br />

combination of wetland restoration / enhancement of 10 acres of highly<br />

disturbed wetlands in concert with a stormwater retrofit. A series of wetland<br />

and upland ponds "cascade" stormwater through the campus site to provide<br />

treatment. The project provided treatment for the runoff from 74 acres of<br />

developed watershed that otherwise would be discharged to Lake Seminole in<br />

an untreated state. In order to address the unique challenge of a 10-foot plus<br />

drop in topography across the site, <strong>King</strong><br />

developed an innovative design utilizing a<br />

cascading system of ponds and wetland<br />

marshes. Nuisance wetland vegetation,<br />

primarily Brazilian pepper (Schinus<br />

terebinthifolius), Chinese tallow (Sapium<br />

sebiferum), primrose willow (Ludwigia spp.),<br />

potato vine (Dioscorea sp.), and cattail (Typha<br />

spp.) were removed via a combination of<br />

mechanized means and herbicide application.<br />

All wetland restoration areas were replanted<br />

with desirable wetland vegetation and were deemed “successful” by the<br />

permitting agencies. The completed and fully functional project is currently being<br />

utilized by the College as an outdoor classroom to educate students about<br />

stormwater treatment concepts, wetland habitat function and wildlife identification.<br />

This project received an award for professional ecosystem restoration<br />

design from the Florida Native Plant Society (FNPS).<br />

Cost: $ 2 million.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

d.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Design, permitting, construction<br />

management services<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Coral Creek Ecosystem Restoration<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

ongoing<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

4<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Southwest Florida Water Management District<br />

Ms. Stephanie Powers<br />

(813) 985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> is currently under contract to the District to provide<br />

professional engineering and ecological services for the<br />

Coral Creek Ecosystem Restoration Project, a joint<br />

Department/District SWIM habitat restoration project located<br />

on the 2,600-acre Coral Creek Preserve managed by the<br />

FDEP as part of the Charlotte Harbor Preserve State Park<br />

system.<br />

<strong>King</strong> initially conducted a comprehensive Feasibility Study<br />

and developed a Master Conceptual Ecosystem Restoration<br />

Plan for the entire property. The Feasibility Study included<br />

a detailed historical account and trend analysis<br />

documenting changes to the site from pre-1950’s to current<br />

conditions, site reconnaissance work, listed species and<br />

cultural resource assessments, exotic/nuisance plant<br />

inventories, water quality analysis, hydraulic and salinity modeling of the 12,000 acre urbanized West and East<br />

Branch basins of Coral Creek.<br />

Development of the Conceptual Plan targeted hydrological restoration of over 585 acres of degraded<br />

wetland/slough systems and proposed enhancements to the 200-acre West Branch Impoundment. The plan<br />

integrated proposed park improvements while maintaining the permitted stormwater management system function<br />

and flood protection for the adjacent Rotonda West Development and avoiding impacts to over 174 individual inholding<br />

parcels.<br />

In addition, the study included an evaluation of potential salt-water intrusion effects associated with the Coral<br />

Creek Dam removal as well as pollutant loading and stormwater retrofit opportunities to address TMDL concerns<br />

for nutrients within the East Branch of Coral Creek, a FDEP 303(d) listed impaired waterbody.<br />

Following District and FDEP cooperator input on the Conceptual Plan, <strong>King</strong> coordinated the final design,<br />

permitting and is assisting with bid preparation and construction management of restoration / stormwater retrofit<br />

projects 1A and 1B selected for implementation in 2012 and beyond. These projects include design of a geoweb<br />

weir to impound additional water within an existing degraded wetland system and discharge into the East Branch,<br />

returning the system to historic conditions.<br />

Additionally, two freshwater marshes were designed using two sheetpile with concrete cap diversion structures,<br />

returning flows back into East Branch, in accordance with the historic flow pattern established during the modeling<br />

phase of the project.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

<strong>Engineering</strong> / Ecological<br />

Services<br />

b.<br />

(1) FIRM NAME<br />

Archaeological Consultants, <strong>Inc</strong><br />

(2) FIRM LOCATION (City and State)<br />

Sarasota, FL<br />

(3) ROLE<br />

Archaeological Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (1/2004)


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Lake Thonotosassa Shoreline Restoration<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

1996<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

5<br />

CONSTRUCTION (if applicable)<br />

2001<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Southwest Florida Water Management District<br />

Lizanne Garcia<br />

(813) 985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> was contracted by the District to design, permit and manage the construction of a freshwater<br />

marsh creation and restoration project along Lake Thonotosassa, an 819 acre lake located in eastern<br />

Hillsborough County, Florida. FDOT mitigation funds were used for the construction and planting of this<br />

project.<br />

The project involved restoration of approximately 100 acres of disturbed and dewatered freshwater<br />

marsh habitat along the lake's eastern shoreline that was used as improved pasture.<br />

The project involved the removal of a shoreline dike<br />

system and significant regrading of the areas to be<br />

restored. The rehydrated areas were replanted with<br />

desirable freshwater vegetation. A structure was designed<br />

and constructed to divert flow from Baker Creek, the major<br />

tributary to the lake, through the restored freshwater marsh<br />

prior to discharge into the lake.<br />

The primary objective of the project was to provide<br />

removal of both nutrients and suspended solids from Baker<br />

Creek prior to entering the lake, as well as return the<br />

former value to fish and wildlife habitat along the eastern<br />

shoreline of the lake. This successful project required<br />

permits from the U.S. Army Corps of Engineers, Florida<br />

Department of Environmental Protection and Hillsborough<br />

County.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

<strong>Engineering</strong> / Ecological<br />

Services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (1/2004)


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Alligator Creek Ecosystem Restoration<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

ongoing<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

6<br />

CONSTRUCTION (if applicable)<br />

n/a<br />

a. PROJECT OWNER<br />

Southwest Florida Water Management District, Surface Water<br />

Improvement and Management Section<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Stephanie Powers<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Project objective is enhancement, restoration, and creation of<br />

coastal ecosystem habitats, and water quality improvements<br />

for the Charlotte Harbor Estuarine system, a SWIM Priority<br />

water body. This is a cooperative project with the Florida<br />

Department of Environmental Protection (FDEP) who owns<br />

and manages the approximately 1,600 acre tract known as<br />

“Alligator Creek” as part of the Charlotte Harbor Preserve<br />

State Park (CHPSP), located south of Punta Gorda, between<br />

Burnt Store Road and the East Wall of Charlotte Harbor in<br />

Charlotte County, Florida.<br />

<strong>King</strong> is was tasked with the design, environmental permitting,<br />

bid preparation and construction management of Project No.’s<br />

4, 5, 6, 7, and 15 as identified in the Alligator Creek<br />

Conceptual Habitat Restoration Plan (Plan) collectively known<br />

as Alligator Creek Habitat Restoration Project-Phase 3.<br />

The project design focuses on the restoration of historic hydroperiods, hydropatterns, salinity gradients and sheet<br />

flow for a habitat mosaic containing over 100 acres of palustrine, oligohaline and estuarine wetland communities<br />

within the project area. The project will also enhance water quality entering the headwaters of Whidden Branch<br />

Creek system and Charlotte Harbor. To accomplish this restoration objective, <strong>King</strong> conducted a detailed H&H<br />

modeling analysis of the existing array of drainage ditches bisecting the project site that convey over 750 acres of<br />

offsite drainage, to ensure the proposed improvements would not result in a negative offsite impact. In addition,<br />

the project targets the removal of 110 acres of exotic/invasive vegetation, primarily dense stands of Brazilian<br />

pepper, and provide where appropriate, selective stormwater enhancements. The project design will<br />

accommodate park management objectives as well as existing listed species and archaeological resources.<br />

It is anticipated that the Project will provide the Charlotte Harbor estuarine ecosystem with hydrological restoration<br />

of important tidal creek and lagoonal habitats, transitional habitats, freshwater marshes, ponds and uplands.<br />

Restoration of these communities will help offset habitat impacts and losses suffered throughout Charlotte Harbor<br />

and will prove valuable for the public and for thousands of coastal species that use the Charlotte Harbor<br />

ecosystem.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

<strong>Engineering</strong> / Ecological<br />

Services<br />

b.<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (1/2004)


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Palm River Restoration, Hillsborough County, FL<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

ongoing<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

7<br />

CONSTRUCTION (if applicable)<br />

n/a<br />

a. PROJECT OWNER<br />

Southwest Florida Water Management District, FL<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Matt Preston<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-985-7491<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

The Palm River Restoration Project is a multi-faceted, multi-phase<br />

restoration project design within a 28 square mile, highly urbanized<br />

watershed in the City of Tampa and Hillsborough County. As an<br />

initial stage of project implementation, <strong>King</strong> prepared a Feasibility<br />

Study documenting existing data and information which involved<br />

solicitation of input from the District, FDOT and other stakeholders in<br />

order to identify and select specific property locations/components<br />

for implementation. The primary project objectives are to provide<br />

preliminary/final design plans and permitting of multiple stormwater<br />

retrofit and wetland/shoreline habitat restoration projects within the<br />

Palm River/McKay Basin.<br />

Project components included 2D hydrodynamic modeling, flood and<br />

scour analysis, data collection, surveying, pollutant loading/<br />

treatment efficiency, dredging, spoil disposal and bank stabilization<br />

assessments within the C-135/Palm River, a U.S. Army Corps of<br />

Engineers regulated floodway. Initial design phases have focused<br />

on freshwater and tidal wetland habitat restoration and<br />

enhancement, along with stormwater quality treatment from local<br />

sub-basins within the project area.<br />

This contract required multi-disciplinary services from <strong>King</strong> including<br />

civil engineering, survey and construction management over a<br />

projected three to five year period.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Environmental <strong>Engineering</strong><br />

b.<br />

(1) FIRM NAME<br />

Archaeological Consultants, <strong>Inc</strong><br />

(2) FIRM LOCATION (City and State)<br />

Sarasota, FL<br />

(3) ROLE<br />

Archaeological Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

21. TITLE AND LOCATION (City and State)<br />

Lake SueMar Environmental Enhancement<br />

Dunedin, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2010<br />

a. PROJECT OWNER<br />

City of Dunedin – Florida<br />

737 Louden Avenue 2nd Floor<br />

Dunedin, FL 34697<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Thomas Burke, P.E.<br />

City Engineer<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-298-3175<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

The Lake SueMar stormwater and wetland enhancement project<br />

is served to complement the habitat and drainage improvements<br />

of the recently completed Hammock Park Restoration Project that<br />

was also designed and permitted by <strong>King</strong>. Lake SueMar was<br />

originally a ± 3.6-acre artificial lake that was historically<br />

excavated to provide fill and stormwater retention for the abutting<br />

residential development in the 1960s.<br />

<strong>King</strong>’s project design involved a diversion control structure on<br />

Channel A near Lake SueMar and two overflow weirs along the<br />

banks of the lake adjacent to Channels A and C for division of<br />

runoff into the lake. Additional design included regrading of the<br />

lake to include two sediment sumps near the channel inflows, the<br />

excavation of a deeper pool area within the lake for treatment purposes, and the construction of vegetative<br />

islands and littoral shelves for further habitat enhancement and water quality benefits to Lake SueMar as well as<br />

Cedar Creek and St. Joseph’s Sound. This SWFWMD cooperatively funded project required modeling of<br />

Channels A & C and Lake SueMar, using Cedar Creek as its outfall. Construction plans were developed and an<br />

Individual ERP from SWFWMD and a US Army Corps of Engineers (USACE) Nationwide permit were obtained.<br />

Construction observation services were provided for the duration of construction.<br />

<strong>King</strong> ecologists have been coordinating post-construction monitoring of the project, utilizing the "adaptive<br />

management" approach in order to evaluate stormwater improvement and habitat benefits of the project.<br />

Cost $880,000<br />

PROJECT HIGHLIGHTS:<br />

• Hydrology and Basin Studies<br />

• Hydraulic Modeling<br />

• Design<br />

• Control Structure<br />

• Overflow Weirs<br />

• Regrading Design<br />

• Habitat Enhancement<br />

• Construction Observation<br />

• Post Construction Monitoring<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

<strong>Engineering</strong> Technologies, <strong>Inc</strong><br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(2) FIRM LOCATION<br />

Lake Mary, FL<br />

(3) ROLE - Prime<br />

Civil <strong>Engineering</strong><br />

Ecological Services<br />

(3) ROLE - Subconsultant<br />

Structural <strong>Engineering</strong><br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Coopers Point SWIM Project, Clearwater, FL<br />

23. PROJECT OWNER’S INFORMATION<br />

a. PROJECT OWNER<br />

Southwest Florida Water Management District<br />

SWIM Section<br />

b. POINT OF CONTACT NAME<br />

Dr. Brandt Henningsen, PhD<br />

PROFESSIONAL SERVICES<br />

1997<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

9<br />

CONSTRUCTION (if applicable)<br />

1999<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Phone: 813-985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

This District SWIM project involved the creation/restoration of<br />

over four (4) acres of intertidal habitat, including<br />

approximately three (3) acres of Brazilian pepper-dominated<br />

areas graded to intertidal elevations, with most of this area<br />

being planted with salt marsh species.<br />

Additional restoration involved the regrading of spoil mounds<br />

left over from former mosquito ditching to create new<br />

hydrologic connections and deep pool habitat areas.<br />

Services provided by <strong>King</strong> included wetland delineation,<br />

topographical and tree location survey services, design and<br />

permitting. <strong>King</strong> was required to actively coordinate with the<br />

City of Clearwater and Pinellas County in association with<br />

this project. The completed restoration site is utilized as a<br />

passive recreation area and as an outdoor “classroom” for<br />

the neighboring Clearwater Christian College.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

f.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

<strong>Engineering</strong>, Ecological<br />

services, permitting, and<br />

construction management


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Picnic Island Park Habitat Enhancement / Restoration<br />

PROFESSIONAL SERVICES<br />

1992<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

10<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

1992<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Southwest Florida Water Management District -<br />

SWIM Section<br />

Dr. Brandt Henningsen,<br />

PhD<br />

(813) 985-7481<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Picnic Island Park, located in the Port of Tampa encompasses<br />

7.8 acres of sandy beach access. <strong>King</strong> was contracted by the<br />

District to prepare detailed construction plans, permit<br />

applications, bid document preparation and construction<br />

management services for the habitat restoration within<br />

designated areas of the Picnic Island Park.<br />

As part of this project, <strong>King</strong> was required to coordinate services<br />

with the City of Tampa Parks Department. Restoration included<br />

the eradication of exotic vegetation from upland and wetland<br />

areas and the establishment of desirable marine intertidal<br />

habitat through excavation and subsequent replanting with<br />

saltmarsh plant species.<br />

Spoil materials generated by the excavation activities were retained within the park in a series of constructed<br />

observation berms. Salt marsh species have completely filled in the intertidal planting shelves and the restoration<br />

area has become a functioning ecosystem. Approximately 18 acres of intertidal habitats were created/restored in<br />

association with this project.<br />

Permits for this project were obtained from the Florida Department of Environmental Protection, US Army Corps of<br />

Engineers, Tampa Port Authority, and Hillsborough County.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

d.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

Civil <strong>Engineering</strong> and Ecological<br />

Services<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


SF 330 Projects by Primary Technical Discipline<br />

Civil <strong>Engineering</strong> (Function Code 12)<br />

<strong>King</strong>’s civil engineering services are comprehensive and include professional services ranging from site<br />

analysis/design and construction cost estimating and permitting to bid evaluation and program/construction<br />

management. Additionally, <strong>King</strong>’s design teams utilize the full range of our in-house support services to assist in<br />

evaluation and preparation of the project deliverables. These disciplines include site planning, transportation<br />

planning and design, landscape architecture, survey services and ecological sciences. <strong>King</strong> also has a LEED<br />

professional to contribute to any project concept. This integrated approach provides excellent potential to<br />

expedite the project’s schedule by minimizing outsourcing to multiple subconsultants. Historically, these<br />

services have been provided to both private sector and public sector projects. <strong>King</strong> <strong>Engineering</strong> has been the<br />

civil engineering subconsultant as well as the prime consultant for many project types including local<br />

government/municipal projects. Project types include municipal services buildings, parks, hospitals, schools,<br />

garages, community buildings such as public libraries and recreational centers, and public utilities facilities such<br />

as solid wastewater and water/wastewater treatment facilities, etc. The following is just a sample of our<br />

government work experience followed by a brief project description.<br />

The following table lists the function codes for the services provided by our team personnel to support Civil<br />

<strong>Engineering</strong> project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Task Manager<br />

Mike Ross, PE<br />

Civil Engineer Sr. Designer<br />

Denise Greer, PE Larry Kistler<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

<strong>King</strong> Team Available Services for Civil <strong>Engineering</strong> Projects<br />

SF330 Function Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

SF330 Projects by Primary Technical Discipline<br />

1


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

M2GEN H. Lee Moffitt Cancer Center and<br />

Research Institute, Tampa, FL<br />

a. PROJECT OWNER<br />

PROFESSIONAL SERVICES<br />

2007<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

1<br />

CONSTRUCTION (if applicable)<br />

2008<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

H. Lee Moffitt Cancer Center<br />

Dean Head<br />

VP Facilities Management & Construction<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> <strong>Engineering</strong> was retained by H. Lee Moffitt Cancer Center and<br />

Research Institute to provide site development for a 100,000 sf<br />

building as part of the Moffitt Cancer Center’s 30 acre expansion<br />

site to accommodate biotech research, including the M2GEN<br />

facility. Scope of services also included survey services as well as<br />

master infrastructure design and permitting phase services. Cost:<br />

$15 million<br />

PROJECT HIGHLIGHTS:<br />

813-745-3553<br />

• 100,000 sf biotech research building<br />

• Site Development<br />

• Design / Infrastructure Design<br />

• Permitting<br />

• Surveying<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil <strong>Engineering</strong>


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Manatee County Fleet Maintenance Building<br />

Manatee County, FL<br />

a. PROJECT OWNER<br />

PROFESSIONAL SERVICES<br />

2008<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

2<br />

CONSTRUCTION (if applicable)<br />

2009<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Manatee County<br />

Salvatore Bordonaro, Jr. Project<br />

Manager<br />

941-708-7450<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> was selected as part of a design-build team to provide design,<br />

permitting, survey and construction management services for a<br />

20,000 sf / 12 bay fleet service facility on a 4.84 AC site with<br />

support offices, break room, records library, mezzanine, virgin fluids<br />

distribution to each bay, containment of recovered fluids.<br />

Equipment to service within the facility ranges in size from small<br />

pups and mowers to heavy equipment and trucks weighing up to<br />

80,000 pounds.<br />

<strong>King</strong> prepared a revised preliminary site plan for a revised rezone,<br />

final site plan and construction plans including drainage, grading,<br />

utility, truck maneuvering and parking design.<br />

<strong>King</strong> determined that the existing rezoning requirement did not<br />

meet the needs of the Manatee County Fleet Maintenance<br />

Department and processed the rezone requirements<br />

simultaneously of the design documents in order to avoid delays.<br />

<strong>King</strong> also prepared construction plans including stormwater,<br />

drainage, grading, water and wastewater (including lift station<br />

design), truck maneuvering, parking design, landscaping and<br />

irrigation. Construction management and certifications were provided.<br />

Cost: $2.27 million<br />

PROJECT HIGHLIGHTS:<br />

• Design – Build Project<br />

• 20,000 sf / 12 bay fleet maintenance<br />

• Preliminary and Final Site Plan<br />

• Design<br />

• Water / Sewer Design<br />

• Stormwater Design<br />

• Parking Lot Design<br />

• Rezoning<br />

• Permitting<br />

• Preparation of Specifications, and<br />

Construction Drawings<br />

• Construction Administration<br />

• Quality Assurance / Quality Control<br />

• Certification<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Sarasota, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE – Design-Build<br />

Civil <strong>Engineering</strong><br />

c.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Imagine Charter School, Pasco County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

2011<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

3<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Ryan Companies, <strong>Inc</strong>.<br />

Douglas Dieck<br />

(813) 204-5017<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided civil engineering services, as well as miscellaneous ROW and boundary surveys on this ±900<br />

student charter school located in Pasco County, Florida. The project included a ±7,000 sf. facility with an oncampus<br />

soccer field, individual school bus and student drop-off / pick-up lanes and an onsite stormwater pond.<br />

Cost: $4.6 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE –<br />

a.<br />

b.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

Subconsultant<br />

Civil <strong>Engineering</strong>,<br />

Survey and Mapping,<br />

Environmental Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Downtown Jacksonville Wayfinding Signage Program,<br />

Jacksonville, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

22. YEAR COMPLETED<br />

4<br />

CONSTRUCTION (if applicable)<br />

2013 Estimate<br />

a. PROJECT OWNER<br />

Jacksonville Economic Development Commission<br />

(JEDC)<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Eric Lindstrom, JEDC<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

904-630-7114<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

During preliminary design, <strong>King</strong> prepared a report outlining items such as; goals and objectives, research and<br />

analysis, example wayfinding programs, vehicular and pedestrian circulation, districts and destinations, and<br />

proposed family of signs. The primary goal of the project is to direct visitors to key destinations, and make them feel<br />

more comfortable traveling downtown. Throughout the project, <strong>King</strong> participated in several public presentations to<br />

such groups as the project stakeholders and the Downtown Development Review Board (DDRB).<br />

Working with the JEDC, <strong>King</strong> developed five downtown districts, color coded them, and incorporated them into<br />

signage for the purposes of orienting visitors as to what<br />

area of the city they are in. The signage program which<br />

includes +/- 150 signs, consists of gateway signs,<br />

vehicular directional signs, pedestrian directional signs,<br />

information kiosks, and parking signs. This new signage<br />

program will direct visitors to key destinations throughout<br />

the downtown. Scope of services included: thematic<br />

design, conceptual design, and construction<br />

documentation. Design fees were $189,000. Preliminary<br />

estimates have construction costs ranging between $1<br />

million - $2 million.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Jacksonville, FL<br />

Planning & Design<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Belmont Heights Estates, Phase 1 and Phase 2<br />

Tampa, FL<br />

a. PROJECT OWNER<br />

PROFESSIONAL SERVICES<br />

2000<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

2003<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Torti Gallas and Partners, <strong>Inc</strong>.<br />

Thomas M. Gallas, CPA, LEED AP<br />

Chief Executive Officer<br />

301-588-4800<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> provided civil engineering services for this Hope VI funded<br />

redevelopment project consisting of a 370 t mix of single family and<br />

multifamily units. The project included extensive coordination with<br />

the City of Tampa to upgrade existing infrastructure and save<br />

numerous Grand trees located on-site. Permitting included FDOT,<br />

Hillsborough County EPC, Hillsborough County Health Department,<br />

FDEP, SWFWMD, City of Tampa Commercial Review, and City of<br />

Tampa Residential Review.<br />

PROJECT HIGHLIGHTS:<br />

• Hope VI Funded Redevelopment<br />

• ±370 single/mulit-family units<br />

• Coordination with the City of Tampa<br />

• Permitting Services and<br />

• City of Tampa Commercial Review<br />

• City of Tampa Residential Review<br />

Cost: $25 million<br />

a.<br />

b.<br />

c.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION<br />

(3) ROLE - Subconsultant<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Tampa, FL<br />

Civil <strong>Engineering</strong><br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

USF Sports Venue, Tampa, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2010<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

6<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

University of South Florida<br />

Deryl Wagner, P.E.<br />

(813) 967-0518<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> provided civil engineering, design/build services, survey, and construction management for Basketball,<br />

Baseball, Softball & Football sports complex. The project includes multiple sport venues ranging from construction<br />

of a basketball practice facility adjacent to the Sun Dome to a new baseball & softball complex, as well as<br />

improvements to the football practice fields and general purpose student recreation fields. While the design for<br />

each venue was prepared separately, the projects were permitted concurrently to minimize impact to the<br />

respective sports and event schedules.<br />

Cost: ±$30 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong>, Survey<br />

and Mapping Services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Wesley Chapel Medical Center, Pasco County, FL<br />

a. PROJECT OWNER<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

7<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Florida Hospital / Adventist Health<br />

Care Systems<br />

John Negley<br />

Asst. to the CEO<br />

813-615-7203<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> has been retained to provide civil engineering services for a<br />

multi-phased healthcare property. Scope of work provides for<br />

master planning, civil site design, ecological, environmental<br />

engineering, surveying and construction administration services for<br />

a 162,500 sf / 3 level hospital with future vertical expansion<br />

capability of three additional floors totaling 580,000 sf, one multistory<br />

medical office complex, a central energy plant, and a future<br />

multi-story office complex and multi-level parking deck. Civil design<br />

includes the planning, design, preparation of construction<br />

documents and permitting of a master stormwater, sanitary sewer<br />

and lift station, looped fire and potable water main systems, site<br />

grading, wetland mitigation and roadways.<br />

PROJECT HIGHLIGHTS:<br />

• 3-level / 162,500 sf - future expansion of<br />

580,000 sf<br />

• Central Energy Plant<br />

• Master Planning<br />

• Site Design<br />

• Water / Sewer<br />

• Ecological Services<br />

• Construction Administration<br />

• Permitting<br />

Cost: $151 million<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultants<br />

Civil <strong>Engineering</strong>


(1) FIRM NAME (2) FIRM LOCATION (3) ROLE - Subconsultant<br />

F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

South County Solid Waste Transfer Station<br />

Expansion, Hillsborough County, FL<br />

a. PROJECT OWNER<br />

PROFESSIONAL SERVICES<br />

2007<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

CONSTRUCTION (if applicable)<br />

2010<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Hillsborough County<br />

Chris Snow<br />

Contract Administration<br />

813-272-5977<br />

<strong>King</strong> provided planning, design, permitting and construction management<br />

for the expansion of the South County Transfer Station (SCTS).<br />

The site previously operated at a capacity of approximately 300 tons per<br />

day and uses compactor technology. The new transfer station building<br />

was designed with a capacity of 1,000 tons per day using top load<br />

technology. In addition, the facility included:<br />

• A new scale house and scales<br />

• A new Community Collection Center<br />

• Expansion of an existing Yard and Wood Waste Processing<br />

Facility<br />

• Ancillary systems such as a hot load dumping pad, trailer staging<br />

areas, a fuel storage and dispensing system and a standby<br />

generator<br />

• Modifications to the existing Household Hazardous Waste<br />

Collection Center<br />

• New roadways, utilities and infrastructure<br />

The existing transfer station building, scale facility and community<br />

collection center was demolished. In consideration of surrounding<br />

communities, the architectural qualities of the exterior of all new buildings<br />

were extensively reviewed. In addition, the site was heavily landscaped,<br />

including a landscaped berm along the front of the property.<br />

In addition to detailed design, this project involved the following services:<br />

• Evaluation of current tonnages and projections of tonnages<br />

through the year 2025<br />

• Evaluation of traffic patterns, vehicle counts and required queuing<br />

• Alternative site plan evaluations<br />

• Visual renderings of the proposed facility<br />

• Public meetings and presentations<br />

• Ecological services, including listed species surveys, wetland<br />

delineation, and an invasive plant removal plan<br />

• General site design including roadways and utilities<br />

• Detailed building designs<br />

PROJECT WAS AWARDED THE ASSOCIATED BUILDERS AND<br />

CONTRACTORS 2010 EXCELLENCE IN CONSTRUCTION<br />

AWARD FOR GENERAL CONTRACTOR PROJECTS and<br />

SWANA’S 2011 TRANSFER STATION EXCELLENCE AWARD.<br />

PROJECT HIGHLIGHTS:<br />

• Studies/Evaluations<br />

• Planning<br />

• Site Design<br />

Preliminary / Alternative and<br />

Final Designs<br />

• Construction Cost Estimating<br />

• Permitting<br />

• Landscape Architecture<br />

• Stormwater /Drainage<br />

<strong>Engineering</strong><br />

• Ecological Services / Assessments<br />

• Surveying Services<br />

• Development of Maintenance of<br />

Traffic<br />

• Traffic Studies<br />

• Roadway Improvements<br />

• Public Meetings / Presentations<br />

• Preparation of Specifications, Bid<br />

Documents and Construction<br />

Drawings<br />

• Bid Services including Preparation,<br />

Negotiations, and Evaluations<br />

• Construction Management,<br />

including<br />

Full-time site observation<br />

Shop drawing review and<br />

tracking<br />

Liaison with FDOT<br />

RFI coordination / response<br />

Pay applications<br />

Start-up observations<br />

Permit condition tracking<br />

review<br />

Final punchlist inspections and<br />

walkthroughs<br />

As-builts<br />

• Certification<br />

(1) FIRM NAME<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION (3) ROLE - Prime<br />

a.<br />

b.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Tampa, FL<br />

Environmental <strong>Engineering</strong><br />

Civil, Transportation <strong>Engineering</strong> and<br />

Planning and Surveying<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE - Subconsultant


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Henderson Hammocks Charter School, Hillsborough County,<br />

FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

2011<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

9<br />

CONSTRUCTION (if applicable)<br />

Est. 2012<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Ryan Companies, <strong>Inc</strong>.<br />

Douglas Dieck<br />

(813) 204-5017<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Provided civil engineering survey services for a 50,000 s.f. K- 8 charter school located in Hillsborough County<br />

Florida. The project included at-grade parking, individual school bus and student drop-off / pickup traffic planning,<br />

onsite stormwater attenuation, onsite wetland and floodplain mitigation.<br />

Cost:<br />

Est. $8.9 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong>,<br />

Survey and Mapping,<br />

Environmental Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Rasmussen College, Pasco County, FL<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

22. YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

2011<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

10<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Ryan Companies, <strong>Inc</strong>.<br />

Douglas Dieck<br />

(813) 204-5017<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Provided civil engineering services and topographic surveys on this 27,000 s.f. college located in Pasco County,<br />

Florida. The project included a 3.2 ac project site as part of a master planned commercial subdivision.<br />

Cost: $3.9 million<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong>,<br />

Survey and Mapping,<br />

Environmental Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE


SF 330 Projects by Primary Technical Discipline<br />

Planning & Landscape Architecture (Function Codes 39 and 47)<br />

Our land planning professionals are industry leaders. Their knowledge and expertise in the latest growth<br />

management practices and regulations ensure that projects avoid costly and unnecessary mistakes. Developing<br />

new and innovative solutions for our clients let us help clients navigate the changing land use and entitlement<br />

process. Our planners combine creative thinking with practical, real world experience to produce project<br />

solutions and timely approvals.<br />

<strong>King</strong>’s land planning proposals generate cost effective projects that are permittable, workable and beautiful.<br />

Developing creative concepts and turning them into a well-designed plan is what makes <strong>King</strong> <strong>Engineering</strong> a<br />

leader in land planning. Whether it’s a greenbelt, a Brownfield, a redevelopment, single use, or mixed use, our<br />

land planning staff can help you.<br />

<strong>King</strong>’s Land Planning services include:<br />

• Entitlement and Regulatory Assistance<br />

• Development of Regional Impact (DRI)<br />

Applications and Amendments<br />

• Comprehensive Plan Amendments<br />

• Zoning Amendments<br />

• Developers Agreements<br />

• Concurrency Evaluations<br />

• Land Use Evaluations<br />

• Site Planning<br />

• Due Diligence/Feasibility Studies<br />

• Conceptual Master Planning<br />

• Park and Recreation Master Planning<br />

• Detailed Land and Site Planning<br />

• Design Guidelines and Presentation<br />

Graphics<br />

• GIS, Site Analysis<br />

• Graphic Design and Renderings<br />

The landscape architecture team at <strong>King</strong> includes registered landscape architects, LEED accredited professionals,<br />

and certified arborists. <strong>King</strong> can provide clients with the expertise needed for all of their landscape architectural<br />

and design needs.<br />

Our landscape architects believe that public facilities play an essential role in building and maintaining our sense<br />

of community and enhancing our quality of life. We have extensive experience in the designing and<br />

management of public sector projects, including participation during the public outreach process and working<br />

with agencies to gain the necessary approvals. We blend creativity, environmental sensitivity and<br />

constructability together, to create a pleasing and practical design for every project.<br />

• LEED and Low Impact Design<br />

• Landscape and Hardscape Design<br />

• Parks and Recreation Design<br />

• Wayfinding<br />

• Community Master Plans<br />

• Streetscapes<br />

• Signage Monuments<br />

• Recreational Amenities<br />

• Smart Irrigation Design<br />

• Illustrative Graphics<br />

• Construction Administration<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

SF330 Projects by Primary Technical Discipline<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

The following table lists the function codes for the services provided by our team personnel to support water,<br />

wastewater and reclaimed water services project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Task Manager<br />

Scott Sheridan, RLA<br />

Landscape Architect Irrigation Design<br />

Clark Lohmiller, RLA Loc Truong, PE<br />

<strong>King</strong> Team Available Services<br />

SF330 Function<br />

Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

SF330 Additional Information<br />

2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

1<br />

21. TITLE AND LOCATION (City and State)<br />

Rothenbach Park Pavilion<br />

Sarasota County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

a. PROJECT OWNER<br />

Sarasota County – Florida<br />

1660 Ringling Blvd 5th Floor<br />

Sarasota, FL 34236<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Brie Ondercin<br />

Public Use Coordinator<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size,<br />

and cost)<br />

Under a continuing services contract of park design for Sarasota<br />

County, <strong>King</strong> provided construction plans, specifications and<br />

construction administration for Rothenbach Park pavilion and<br />

playground. Rothenbach Park pavilion was the key stone for<br />

Sarasota County’s newest sustainable park. While not seeking<br />

certification, the green designed 3000 sf pavilion features soy<br />

based spray insulation, low flow fixtures, waterless urinals, and<br />

efficient mechanical systems. Other features include glulam<br />

beams, tongue and groove wood decking, cultured stone water<br />

table, a cooking grill with warming oven, and a fireplace. The<br />

building is designed with two different sized exterior gathering<br />

areas divided by the restrooms and services spaces. A small<br />

serving kitchen provides the ability to host events at the pavilion.<br />

The 450-acre park site, formerly a county landfill, now features<br />

advanced sustainable building techniques and recycled materials.<br />

Cost: $250,000<br />

PROJECT HIGHLIGHTS:<br />

• Design<br />

• Parking Lot Design<br />

• Permitting<br />

• Park Landscape Design<br />

• Trailhead Design<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

(941) 861-7286<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong><br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

2<br />

21. TITLE AND LOCATION (City and State)<br />

Skycrest Neighborhood Traffic Calming<br />

Improvements<br />

Clearwater, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2009<br />

a. PROJECT OWNER<br />

City of Clearwater – Florida<br />

100 S. Myrtle Ave. # 220<br />

Clearwater, FL 33756<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Ken Sides, P.E.<br />

Sr. Professional Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> provided design of neighborhood traffic calming, which<br />

included the preparation of traffic study, design plans, presentations<br />

at commission and public information meetings, landscape and<br />

irrigation plans, contract specifications, traffic control plans and<br />

provided bidding services for the construction. The Project<br />

included four (4) roundabouts, five (5) mini-circles, diagonal<br />

diverters, speed tables, landscaped median islands, hardscape<br />

elements, and roadway bulb-outs.<br />

Landscape and irrigation design services were performed with<br />

sensitivity to the existing community and City design standards.<br />

<strong>King</strong> also provided evaluation of existing tree resources through<br />

<strong>King</strong> certified arborists to assist in the design and planning process.<br />

Cost: $2.1 million<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-562-4792<br />

PROJECT HIGHLIGHTS:<br />

• Traffic Calming<br />

• Streetscape Design<br />

• Speed Tables<br />

• Landscape Architecture<br />

• Bidding Assistance<br />

• Public Information Meetings<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

Landscape Architecture


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

3<br />

21. TITLE AND LOCATION (City and State)<br />

Temple Terrace Downtown Redevelopment<br />

Temple Terrace, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

a. PROJECT OWNER<br />

Ram Development<br />

4801 PGA Blvd<br />

Palm Beach Gardens, FL 33418<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Bob Skinner<br />

Sr. Vice President of<br />

Development<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size,<br />

and cost)<br />

Rezoning and detailed landscape and irrigation design services<br />

for a 30 acre mixed use redevelopment project as part of the first<br />

phase of the City’s CRA plan. In addition, 3D graphics and<br />

conceptual renderings were provided and were included in the<br />

presentation to City Council.<br />

Fee: $20,000<br />

PROJECT HIGHLIGHTS:<br />

• Landscape Design<br />

• Irrigation Design<br />

• Conceptual Renderings<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

561-282-4605<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Land Planning<br />

Landscape Architecture<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

4<br />

21. TITLE AND LOCATION (City and State)<br />

Highwoods Bay Center<br />

Tampa, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2008<br />

a. PROJECT OWNER<br />

Highwoods Properties<br />

3111 W. Dr. Martin Luther <strong>King</strong> Jr. Blvd.<br />

Tampa, FL 33607<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Dan Woodward<br />

Vice President<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-876-7000<br />

For this Class A waterfront office redevelopment project <strong>King</strong><br />

provided land planning, landscape architecture and civil<br />

engineering services. This project was designated a NAIOP “Best<br />

of the Best” project for 2007. <strong>King</strong>’s landscape architects<br />

provided landscape, hardscape and irrigation design as well as<br />

procurement of specimen palm trees for this unique bay-front<br />

project where salt tolerance was a principal concern.<br />

PROJECT HIGHLIGHTS:<br />

• Landscape Architecture<br />

• Land Planning<br />

• Hardscape Design<br />

• Irrigation Design<br />

Cost: $22 million<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong><br />

Landscape Architecture<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

5<br />

21. TITLE AND LOCATION (City and State)<br />

Largo Towne Center<br />

Largo, FL<br />

PROFESSIONAL SERVICES<br />

2008<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

a. PROJECT OWNER<br />

Weingarten Realty Investors<br />

601-C North Bumby Avenue<br />

Orlando, FL 32803<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

James Childs<br />

President<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size,<br />

and cost)<br />

Largo Towne Center, a redevelopment of the old Crossroad Mall<br />

on US 19, was proposed to consist of approximately 600,000 sf<br />

of retail (including restaurants), 286 apartments, a town center<br />

and two parking structures. Services provided by <strong>King</strong> included<br />

site designing, permitting, survey and landscaping. Some of the<br />

agencies for which permitting services was provided include: City<br />

of Largo, Southwest Florida Water Management District<br />

(SWFWMD), Army Corp of Engineers (ACOE), Pinellas County,<br />

Florida Department of Transportation (FDOT), and Florida<br />

Department of Environmental Protection (FDEP).<br />

Fee: $838,000<br />

PROJECT HIGHLIGHTS:<br />

• Landscape Architecture<br />

• Public Plaza Design<br />

• Permitting<br />

• Site Design<br />

• Survey<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

407-894-3601<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong><br />

Landscape Architecture<br />

Survey / Mapping


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

6<br />

21. TITLE AND LOCATION (City and State)<br />

Sleeping Turtles Preserve North<br />

Sarasota County, FL<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

a. PROJECT OWNER<br />

Sarasota County – Florida<br />

1660 Ringling Blvd 5th Floor<br />

Sarasota, FL 34236<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Brie Ondercin<br />

Public Use Coordinator<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size,<br />

and cost)<br />

This site is a 92 acre area that is part of the Environmentally<br />

Sensitive Lands Protection Program and the Myakka River<br />

Protection Zone. For this project <strong>King</strong> provided site layout and<br />

designs associated with the additions of a pavilion, playground,<br />

ADA compliant walking trail, composting restrooms, and parking<br />

facilities. Special attention was given to incorporating low-impact<br />

design elements such as tree friendly parking, trail layouts, as<br />

well as utilizing as much permeable pavement type systems for<br />

the necessary improvements.<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

941-861-7286<br />

Due to the location and environmentally sensitive nature of the<br />

site, all improvements were designed to be compatible with site<br />

ecology and listed species habitat ecology. Other services included were master planning, conceptual graphics, site<br />

planning, site civil engineering design, permitting, environmental services, roadway design, pervious pavement<br />

design, drainage design, potable well design, composting restroom permitting, bid coordination services, and<br />

construction administration.<br />

Cost: $360,000<br />

PROJECT HIGHLIGHTS:<br />

• Park Landscape Design<br />

• Trailhead Design<br />

• Environmental Services<br />

• Roadway Design<br />

• Permitting<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(3) ROLE - Prime<br />

Civil <strong>Engineering</strong><br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

7<br />

21. TITLE AND LOCATION (City and State)<br />

Janie Poe Redevelopment Phase 1 – LEED Silver<br />

Sarasota, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2009<br />

a. PROJECT OWNER<br />

Sarasota Housing Authority<br />

Sarasota Housing Authority<br />

1300 Blvd. of The Arts<br />

Sarasota, FL 34236<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Bill Russell<br />

Executive Director<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

Janie Poe is a revitalization project in the Newtown Neighborhood<br />

of Sarasota County. It was a public-private joint venture with the<br />

Sarasota Housing Authority and a variety of local stock holders,<br />

which benefited from federal housing subsidies, including Low<br />

<strong>Inc</strong>ome Housing Tax Credits, as well as significant funding from the<br />

City of Sarasota, Sarasota County and the state of Florida.<br />

The 86-unit, garden-style community featuring both apartment flats<br />

and townhomes is the first of the Sarasota Housing Authority’s<br />

multi-phase, multi-million dollar redevelopment of the former Janie<br />

Poe public housing development. <strong>King</strong> provided permitting,<br />

construction plans (including demolish plans for the existing<br />

housing buildings and clubhouse area), stormwater design, FEMA<br />

Map Amendment, paving and grading design, utility extension to<br />

new buildings, bidding services, surveying, construction<br />

observation and certification services. Cost: $11.5 million<br />

PROJECT HIGHLIGHTS:<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

941-361-6210<br />

• 86 unit – Garden Style Apartments<br />

• Permitting<br />

• Stormwater Design<br />

• FEMA Map Amendment<br />

• Paving / Grading Design<br />

• Utility Extension<br />

• Construction Plans<br />

• Bidding Assistance<br />

• Surveying<br />

• Construction Observation<br />

• Certification<br />

Janie Poe PMRS Building<br />

has been awarded<br />

LEED-NC Silver Certification.<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong><br />

Surveying


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

21. TITLE AND LOCATION (City and State)<br />

Pinellas County Housing Authority (PCHA)<br />

Redevelopment Project, Largo, FL<br />

a. PROJECT OWNER<br />

Norstar Primerica Multi-Family<br />

Development Group<br />

3629 Macada Lane<br />

Tampa, FL 33618<br />

PROFESSIONAL SERVICES<br />

2011<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Paula McDonald Rhodes<br />

Executive Vice President<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

As the civil engineering subconsultant, <strong>King</strong> is providing civil<br />

engineering design, permitting, landscape design and survey<br />

services for the development of a PCHA’s Senior Living Facility.<br />

The redevelopment is to include demolition of existing building and<br />

parking area and replaced with multifamily style senior living facility<br />

with amenities, surface parking, and an additional 20,000 sf PCHA<br />

office. Cost: TBD<br />

22. YEAR COMPLETED<br />

PROJECT HIGHLIGHTS:<br />

CONSTRUCTION (if applicable)<br />

2012<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-933-0629<br />

• Senior Living Facility<br />

• 20,000 sf PCHA Office<br />

• Design<br />

• Preliminary and Final Site Plan<br />

• Design<br />

• Water / Sewer Design<br />

• Stormwater Design<br />

• Surface Parking Lot Design<br />

• Permitting<br />

• Landscape design<br />

• Survey<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong> / Landscape Architecture


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

9<br />

21. TITLE AND LOCATION (City and State)<br />

Intellicenter – Tampa Ph. I – LEED Silver<br />

Temple Terrace, FL<br />

PROFESSIONAL SERVICES<br />

2007<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2008<br />

a. PROJECT OWNER<br />

Koll Development Company<br />

6100 Fairview Road Suite 335<br />

Charlotte, NC 28210<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Sean McDonnell<br />

Vice President<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

This LEED project involved a class-A office development of<br />

370,000+ sf on 30 acres in the master planned office park of<br />

Telecom Park in Temple Terrace, Florida. Telecom Park is a 340+<br />

acre park on the east side of the Hillsborough River between the<br />

University of South Florida and I-75 on Fletcher Avenue.<br />

The office site consists of one 4-story and one 3-story office<br />

building with at-grade parking among native tree canopy. <strong>King</strong> also<br />

provided landscape architecture services for this project. The<br />

master landscaping was planned to compliment the park’s<br />

atmosphere of a natural setting by maintaining as much tree<br />

canopy as possible within the development.<br />

Cost: $20 million<br />

PROJECT HIGHLIGHTS:<br />

• Landscape Architecture<br />

• 370,000 sf / 30 acre Site<br />

• At-Grade Parking<br />

• USGBC Silver Certification<br />

• Planning<br />

• Site Design<br />

• Permitting<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

704-554-6111<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Subconsultant<br />

Civil <strong>Engineering</strong><br />

Landscape Architecture


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

10<br />

21. TITLE AND LOCATION (City and State)<br />

Highland Avenue Roadway and Stormwater<br />

Improvements<br />

Largo, FL<br />

a. PROJECT OWNER<br />

City of Largo, Florida<br />

201 Highland Ave.<br />

Largo, FL 33779<br />

PROFESSIONAL SERVICES<br />

2011<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Leland E. Dicus, P.E.<br />

City Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> provided landscaping services for the reconstruction of 1.5<br />

miles of an existing 2-lane rural facility. The project included<br />

converting the existing roadway to an urban, pedestrian-friendly,<br />

roadway with streetscape and hardscape elements, including the<br />

design of a multi-use path. Services included a tree analysis /<br />

grade for tree removal. Also provided landscape and irrigation<br />

design for right of way and tree mitigation for the removed trees.<br />

Cost: $5.2 million<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-587-6713<br />

PROJECT HIGHLIGHTS:<br />

• Landscaping Design<br />

• Roadway and Trail Designs<br />

• Environmental Permitting<br />

• PD & E Study<br />

• Alternative Design Options<br />

• Grant Funding Assistance- Stormwater<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

Landscape Architecture<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

c.


SF 330 Projects by Primary Technical Discipline<br />

Transportation Engineer (Function Code 60)<br />

As the demand to improve highway safety and decrease travel delays continues to rise, <strong>King</strong> <strong>Engineering</strong> has the<br />

experience and expertise to assist public agencies in finding cost efficient solutions. We recognize the very<br />

diverse needs of our multiple municipal clients and work alongside local, state, and federal regulatory agencies<br />

to find economical and environmentally balanced solutions. In addition to finding engineering solutions to<br />

transportation needs, our efforts include assisting agencies with alternative funding sources and public grants.<br />

From travel demand forecasting and traffic modeling to final design and contract administration, our clients can<br />

count on us to assist with all phases of their Work Programs. With a full range of professional services offered<br />

by <strong>King</strong>, we are able to form a seamless team of planners, surveyors, scientists, and engineers for project<br />

delivery.<br />

Whether a project is simple or complex, our professionals have the capabilities to provide a full range of<br />

transportation services from traffic capacity and safety studies such as signal warrant analysis to complex major<br />

highway design. In today’s environment, it is important to incorporate context sensitive solutions to find<br />

balance among all of the road users from bus transit and vehicles to pedestrians and bicyclists. Our project<br />

experience includes residential traffic calming/roundabout design and streetscape improvements.<br />

Not all transportation projects are straightforward. Many require the completion of other seemingly unrelated<br />

tasks such as environmental/wetland impact assessments and public involvement. <strong>King</strong>'s multi-disciplinary staff<br />

and our ability to develop cost effective solutions to challenging projects has earned the loyalty of repeat clients<br />

over the years.<br />

<strong>King</strong>'s Transportation <strong>Engineering</strong> Services include:<br />

• Roadway Alternative alignment<br />

Studies/PD&E<br />

• Major and Minor Highway Design<br />

• Construction <strong>Engineering</strong><br />

Inspection/Administration<br />

• Intersection Improvements<br />

• Traffic Signal and System Design<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• Traffic Control Plans<br />

• Highway Lighting Analysis and Design<br />

• Stormwater Design/Modeling<br />

• Pedestrian Sidewalk/Multi-use Trail Design<br />

• Roadway Resurfacing<br />

• Traffic Operation Studies/Design<br />

• Traffic Calming Design<br />

The following table lists the function codes for the services provided by our team personnel to support water,<br />

wastewater and reclaimed water services project types.<br />

<strong>King</strong> <strong>Engineering</strong> In-house<br />

Subconsultant Specialty<br />

<strong>King</strong> Team Available Services<br />

SF330 Function<br />

Code<br />

Description<br />

02 Administrative<br />

07 Biologist<br />

08 CADD Technician<br />

12 Civil Engineer<br />

15 Construction Inspector<br />

16 Construction Manager<br />

19 Ecologist<br />

SF330 Projects by Primary Technical Discipline<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

SF 330 Additional Information<br />

21 Electrical Engineer<br />

22 Electronics Engineer<br />

23 Environmental Engineer<br />

24 Environmental Scientist<br />

27 Foundation/Geotechnical Engineer<br />

28 Geodetic Surveyor<br />

29 Geographic Information System Specialist<br />

32 Hydraulic Engineer<br />

33 Hydrographic Surveyor<br />

34 Hydrologist<br />

38 Land Surveyor<br />

39 Landscape Architect<br />

42 Mechanical Engineer<br />

47 Planner: Urban/Regional<br />

48 Project Manager<br />

52 Sanitary Engineer<br />

53 Scheduler<br />

55 Soils Engineer<br />

56 Specifications Writer<br />

57 Structural Engineer<br />

58 Technician/Analysis<br />

60 Transportation Engineer<br />

61 Value Engineer<br />

62 Water Resources Engineer<br />

NPDES<br />

Contract Manager<br />

Agustin Maristany, PE<br />

Task Manager<br />

John Seals, PE<br />

Roadway Engineer<br />

Kyle Smith, PE<br />

Civil Engineer<br />

Jennifer Harkleroad, PE<br />

Traffic Engineer<br />

Sandra Gorman, PE,<br />

PTOE<br />

Transportation<br />

Planner Rajesh<br />

Chindalur<br />

SF330 Additional Information<br />

2<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

School Safety, Circulation and Access Program<br />

(SSCAP)<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County – Florida<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Sam Halabi, P.E.<br />

Senior Professional Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

1<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1786<br />

Assess existing traffic conditions at over 30 Hillsborough County<br />

school sites, research and gather data on each site including<br />

utilities, permits and right-of-way data; develop concept plans for<br />

improving traffic safety, circulation, and access for each site;<br />

coordinate with the School Board on site improvements; prepare<br />

preliminary design plans for constructing roadway improvements,<br />

develop cost estimates for each site alternative, rate and rank the<br />

proposed improvements for the top 20 school sites, prepare<br />

Design-Build RFQ and RFP documents for contract awarding, and<br />

assist with the administration the construction as the Design<br />

Criteria Engineer.<br />

PROJECT HIGHLIGHTS:<br />

• 30 Hillsborough County School Sites<br />

• Traffic Conditions Research<br />

• Site Design / Alternatives<br />

• Cost Estimates<br />

• Design Build RFQ/RFP Documents<br />

• Construction Administration<br />

• Design Criteria Engineer<br />

Cost: $5.6 million<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

And Planning


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

CSX – Terminal Pavement Management Plan Update<br />

a. PROJECT OWNER<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

PROFESSIONAL SERVICES<br />

2009<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER)<br />

2<br />

CONSTRUCTION (if applicable)<br />

NA<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

CSX Intermodal, <strong>Inc</strong>.<br />

Chris Durden<br />

301 W. Bay Street, Suite 2700<br />

Jacksonville, FL 32202<br />

904-633-1306<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

<strong>King</strong> has been contracted by CSX Intermodal to conduct surveys of their intermodal terminals. For<br />

Phase 1 & 2 of this project <strong>King</strong> conducted surveys for 21 terminals in 13 different states, covering<br />

nearly 5 million square yards of pavement. Phase 3, which consists of surveys of 11 terminals in 10<br />

different states, covering over 1 million square yards of pavement, is set to proceed in the near future.<br />

CSX is a repeat client, having retained the firm of Infrastructure Technology, <strong>Inc</strong>. (acquired by <strong>King</strong><br />

<strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>. in 2002) to implement a pavement management program (PMP) for 12<br />

intermodal terminals, during the early to mid 1990’s.<br />

The platform for this analysis will be the proprietary software, Infrastructure Management System IV<br />

(IMS IV). This system is used to justify the use of capital funds for investment in rehabilitative and<br />

restorative pavement repairs on an annual basis at selected intermodal terminals to extend the life of<br />

the asphalt and concrete pavements.<br />

Project Cost: $881,357<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE<br />

a.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Jacksonville, FL<br />

Data Collection,<br />

Analysis, Reporting


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Miscellaneous General Civil <strong>Engineering</strong> Services<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County Public Works Department<br />

601 E. Kennedy Boulevard<br />

22 nd Floor<br />

Tampa, FL 33602<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Tom Fass<br />

Section Manager, Dept. of<br />

Public Works<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

PROFESSIONAL SERVICES<br />

2011<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

3<br />

CONSTRUCTION (if applicable)<br />

Various Project<br />

Completion Dates<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1711<br />

<strong>King</strong> has been contracted by Hillsborough County to provide general/civil services for a two-year period<br />

since 1987. Under this miscellaneous civil engineering contract, <strong>King</strong> provides services on small and<br />

medium-sized projects from intersection surveys to wastewater treatment plant design services. The<br />

surveying, civil, environmental engineering, transportation and water resource groups all benefit from<br />

projects under these contracts.<br />

<strong>Engineering</strong> services include planning, program development,<br />

design, and construction management for general/civil projects in<br />

the areas of road and transportation, stormwater, solid waste, parks,<br />

sitework, environmental permitting, traffic analysis and landscaping.<br />

The projects executed under this contract include:<br />

• Intersection Program Master Plan Update<br />

• Waters Avenue & Hanley Road Intersection Improvements<br />

• US 301 & Balm Riverview Road<br />

• Benjamin & Waters Construction Administration<br />

• Columbus Drive Design<br />

• School Safety, Circulation and Access Program-S.S.C.A.P.<br />

• N. Mobley Road Improvements<br />

• Railroad Crossing Quiet Zone Study<br />

• Railroad Crossing Design<br />

• South County Solid Waste Transfer Station Leachate Collection<br />

System Improvements<br />

• South County Solid Waste Transfer Station FDEP Operating<br />

Permit Renewal<br />

• Falkenburg Yard Waste Processing Facility Improvements<br />

• South County Solid Yard Waste Processing Facility design,<br />

permitting and construction management services<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Tampa, FL<br />

(3) ROLE<br />

Planning, design, permitting<br />

and construction.


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

4<br />

21. TITLE AND LOCATION (City and State)<br />

N. Mobley Road (Walker/Hammond School)<br />

Roadway Improvements<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County – Florida<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2010<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Sam Halabi, P.E.<br />

Sr. Professional Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> provided design plans for the widening of 0.360 miles of<br />

roadway widening along N. Mobley Rd. for an addition of left-turn<br />

and right-turn lanes into both existing Walker Middle School and<br />

proposed Hammond Elementary School in Hillsborough County.<br />

Cost: $387,000<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

2011<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1786<br />

PROJECT HIGHLIGHTS:<br />

• Roadway and Stormwater Design<br />

• Traffic Design<br />

• Environmental Permitting<br />

• Limited Construction Observation<br />

• Surveying and Mapping<br />

a.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

Surveying and Mapping<br />

b.<br />

(1) FIRM NAME<br />

F.R. Aleman. <strong>Inc</strong>.<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(3) ROLE<br />

Subsurface Utility <strong>Engineering</strong><br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

Zephyrhills Bypass West – CR 54/Eiland Boulevard<br />

Zephyrhills, FL<br />

a. PROJECT OWNER<br />

Pasco County Government- Florida<br />

4454 Grand Blvd.<br />

New Port Richey, FL 34652<br />

PROFESSIONAL SERVICES<br />

Ongoing<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Wayne A. Tocknell, P.E.<br />

Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

The reconstruction of a 2-lane arterial to a 4-lane rural/urban<br />

facility. The project length is approximately 2 miles and also<br />

included design, traffic report, onsite retention, drainage design,<br />

signing and marking plans, traffic control planning, utility relocation<br />

plans, permitting and signal plans at three intersections. The<br />

project scope also included a public meeting. The construction<br />

estimate is $2.1 million.<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

5<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-834-3604<br />

PROJECT HIGHLIGHTS:<br />

• Reconstruction of 2-lane to 4-lane<br />

• Roadway and Drainage Design<br />

• Traffic Control Planning<br />

• Traffic Studies<br />

• Signing and Marking<br />

• Utility Relocations<br />

• Permitting<br />

• Signal Design – 3 Intersections<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

Driggers <strong>Engineering</strong> Services, <strong>Inc</strong><br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(2) FIRM LOCATION<br />

Clearwater, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

Planning<br />

(3) ROLE<br />

Geotechnical <strong>Engineering</strong>


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

6<br />

21. TITLE AND LOCATION (City and State)<br />

State Road 56 Roadway Extension From SR 581 To<br />

Meadow Pointe Boulevard<br />

Pasco County, FL<br />

a. PROJECT OWNER<br />

Pasco County Government – Florida<br />

4454 Grand Blvd.<br />

New Port Richey, FL 34652<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Bob Shepherd P.E.<br />

<strong>Engineering</strong> Services<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

This project includes the preparation of design plans to construct<br />

3.4 miles of a 6-lane and 4-lane (with accommodations for a future<br />

6-lane) divided, high speed (70 mph), rural principal arterial through<br />

the Wiregrass Ranch property, located in Pasco County.<br />

Cost: Est. $26 million.<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-834-3604<br />

PROJECT HIGHLIGHTS:<br />

• 3.4 miles / 6- and 4-lane<br />

• Master Drainage Study<br />

• Stormwater Design<br />

• Traffic Planning<br />

• Traffic Design<br />

• Roadway Design<br />

• Potable Water and Force Main Plans<br />

• Topographic Survey<br />

• Right-Of-Way Survey and Mapping<br />

• Jurisdictional Wetland Delineation<br />

• Wetland Mitigation Design<br />

• Wildlife Surveys<br />

• Environmental Permitting<br />

• FDOT Permitting<br />

• Pasco County Permitting<br />

• Signing and Marking Plans<br />

• Maintenance of Traffic Plans<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

and Planning<br />

Ecological Services<br />

Surveying and Mapping


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

US 301 & Balm Riverview Road Intersection<br />

Improvements<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County – Florida<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2011<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

William Alford<br />

Project Manager<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> prepared a PD&E study to determine what roadway capacity<br />

improvements needed to be made and evaluated several<br />

alternative roadway alignments for the intersection. <strong>King</strong> is now<br />

preparing design plans for the construction of the proposed<br />

improvements. Professional services under the scope of the project<br />

include:<br />

• Topographic survey and right-of-way mapping<br />

• Traffic operation studies and modeling analysis<br />

• Roadway and stormwater design<br />

• Pond siting analysis and design<br />

• Permitting<br />

• Wetland/environmental impact assessment and<br />

mitigation design environmental permitting<br />

• Traffic signal design<br />

• Public involvement/meetings<br />

• Utility coordination and design<br />

• Right-of-way impact assessment<br />

• Subsurface utility exploration<br />

• Geotechnical investigation<br />

• Structural analysis<br />

Cost: $1.5 Million<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

7<br />

CONSTRUCTION (if applicable)<br />

TBD<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1920<br />

PROJECT HIGHLIGHTS:<br />

• PD&E Study<br />

• Alternative Roadway Alignments<br />

• Stormwater Modeling<br />

• Traffic Modeling / Analysis<br />

• Traffic Signal Design<br />

• Pond Siting<br />

• Environmental Mitigation<br />

• Permitting Survey and Mapping<br />

• Public Involvements / Meeting<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

(1) FIRM NAME<br />

F.R. Aleman. <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

and Planning<br />

Survey and Mapping<br />

Ecological Services<br />

(3) ROLE<br />

Subsurface Utility <strong>Engineering</strong>


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

8<br />

21. TITLE AND LOCATION (City and State)<br />

Durant and Mulrennan / Durant and Valrico<br />

Intersections Signalization<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County – Florida<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33601<br />

PROFESSIONAL SERVICES<br />

2011<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Mariela Gomez, P.E.<br />

TTF GEC Project Manager<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

<strong>King</strong> <strong>Engineering</strong> is providing final design engineering for the<br />

signalization and sidewalk improvements for two Hillsborough<br />

County Roadway intersections: Durant Road and Valrico Road and<br />

Durant Road and Mulrennan Road. Services will include design<br />

and plans production of signalization and signing and pavement<br />

markings plans. Responsibilities also included utility coordination<br />

and cost estimating.<br />

Cost:<br />

Durant / Mulrennan - $100,914<br />

Durant / Valrico - $177,821<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1724<br />

PROJECT HIGHLIGHTS:<br />

• ATMS Coordination<br />

• Design<br />

• Specifications / Plans<br />

• Signing and Marking<br />

• Cost Estimating<br />

• Surveying / Mapping<br />

• ADA Sidewalk Additions<br />

• Drainage Improvements / Upgrade<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

Survey and Mapping


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

9<br />

21. TITLE AND LOCATION (City and State)<br />

Columbus Drive Extension Route Study<br />

Hillsborough County, FL<br />

a. PROJECT OWNER<br />

Hillsborough County Public Works<br />

601 E. Kennedy Blvd. 22 nd Floor<br />

Tampa, FL 33602<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Sam Halabi, P.E.<br />

Sr. Professional Engineer<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

The project included PD&E phase and a design phase services for<br />

the extension Columbus Drive from east of US 301 to Falkenburg<br />

Road, a distance approximately 1 mile. The PD&E services<br />

included the development and evaluation of a study for the typical<br />

sections for a 4-lane divided facility, alignment alternates<br />

considering geometry, environmental impacts, selection of<br />

stormwater ponds and mitigation areas, right-of-way, safety, and<br />

cost. Design phase services included providing 30% roadway and<br />

drainage design plans, wetland and flood plain mitigation design,<br />

submittal of the USACOE permit, the preparation of Design-Build<br />

RFQ and RFP contract documents for construction, and assistance<br />

with procurement of the Design-Build contract.<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (if applicable)<br />

N/A<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

813-307-1786<br />

PROJECT HIGHLIGHTS:<br />

• PD&E Study<br />

• Preparation of Design/Build RFQ<br />

• 30% Roadway/Drainage Design Plans<br />

• Wetland and Flood Mitigation Design<br />

• Pond Siting Report<br />

• Environmental Permitting<br />

Est. Construction: $9.3 million<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong>


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

21. TITLE AND LOCATION (City and State)<br />

State Road 56 Roadway Extension From SR 581 To<br />

Meadow Pointe Boulevard<br />

Pasco County, FL<br />

a. PROJECT OWNER<br />

Pasco County Government – Florida<br />

4454 Grand Blvd.<br />

New Port Richey, FL 34652<br />

PROFESSIONAL SERVICES<br />

2009<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Bob Shepherd P.E.<br />

<strong>Engineering</strong> Services<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and<br />

cost)<br />

This project includes the preparation of design plans to construct<br />

3.4 miles of a 6-lane and 4-lane (with accommodations for a future<br />

6-lane) divided, high speed (70 mph), rural principal arterial through<br />

the Wiregrass Ranch property, located in Pasco County.<br />

Cost: Est. $26 million.<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY NUMBER<br />

10<br />

CONSTRUCTION (if applicable)<br />

Ongoing<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

727-834-3604<br />

PROJECT HIGHLIGHTS:<br />

• 3.4 miles / 6- and 4-lane<br />

• Master Drainage Study<br />

• Stormwater Design<br />

• Traffic Planning<br />

• Traffic Design<br />

• Roadway Design<br />

• Potable Water and Force Main Plans<br />

• Topographic Survey<br />

• Right-Of-Way Survey and Mapping<br />

• Jurisdictional Wetland Delineation<br />

• Wetland Mitigation Design<br />

• Wildlife Surveys<br />

• Environmental Permitting<br />

• FDOT Permitting<br />

• Pasco County Permitting<br />

• Signing and Marking Plans<br />

• Maintenance of Traffic Plans<br />

a.<br />

b.<br />

c.<br />

(1) FIRM NAME<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(2) FIRM LOCATION<br />

Tampa, FL<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (3) ROLE<br />

(3) ROLE - Prime<br />

Civil / Transportation <strong>Engineering</strong><br />

and Planning<br />

Ecological Services<br />

Surveying and Mapping


ARCHITECT – ENGINEER QUALIFICATIONS<br />

1. SOLICITATION NUMBER (If any)<br />

RFQ # 2012-10<br />

PART II – GENERAL CONDITIONS<br />

(If a firm has branch offices, complete for each specific branch office seeking work.)<br />

2a. FIRM (OR BRANCH OFFICE) NAME<br />

Cummins Cederberg, <strong>Inc</strong>.<br />

2b. STREET<br />

22476 SW 94 PL<br />

2c. CITY<br />

Cutler Bay<br />

6a. POINT OF CONTACT NAME AND TITLE<br />

Jannek Cederberg, President<br />

6b. TELEPHONE NUMBER<br />

(305) 776-5028<br />

2d. STATE<br />

FL<br />

3. YEAR ESTABLISHED<br />

2010<br />

a. TYPE<br />

5. OWNERSHIP<br />

2e. ZIP CODE Corporation<br />

33190 b. SMALL BUSINESS STATUS<br />

Small Business<br />

6c. E-MAIL ADDRESS<br />

info@CumminsCederberg.com<br />

8a. FORMER FIRM NAME(S) (If any) 8b. YR.<br />

ESTABLISHED<br />

4. DUNS NUMBER<br />

962526153<br />

7. NAME OF FIRM (If block 2a is a branch office)<br />

8c. DUNS NUMBER<br />

a. Function<br />

Code<br />

9. EMPLOYEES BY DISCIPLINE<br />

b. Discipline<br />

c. No. of Employees a. Profile<br />

(1) FIRM (2) BRANCH Code<br />

10. PROFILE OF FIRM’S EXPERIENCE AND<br />

ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS<br />

b. Experience<br />

c. Revenue Index<br />

Number<br />

(see below)<br />

C12 Coastal Engineers 2 C07 17 2<br />

Total 2<br />

11. ANNUAL AVERAGE<br />

PROFESSIONAL<br />

PROFESSIONAL SERVICES REVENUE INDEX NUMBER<br />

SERVICES REVENUES OF FIRM<br />

FOR LAST 3 YEARS 1. Less than $100,000 6. $2 million to less than $5 million<br />

(insert revenue index number shown at<br />

right)<br />

2. $100,00 to less than $250,000 7. $5 million to less than $10 million<br />

a. Federal Work 0 3. $250,000 to less than $500,000 8. $10 million to less than $25 million<br />

b. Non-Federal<br />

Work<br />

2 4. $500,000 to less than $1 million 9. $25 million to less than $50 million<br />

c. Total Work 2 5. $1 million to less than $2 million 10. $50 million or greater<br />

12. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

a. SIGNATURE b. DATE<br />

June 4, 2012<br />

c. NAME AND TITLE<br />

Jannek Cederberg, President<br />

STANDARD FORM 330 (1/2004) PAGE 1


Appendix A. Approach to Scope of Work<br />

General Project Approach<br />

KING’s approach to project execution is based on the philosophy that our ultimate goal is to deliver a high quality work<br />

product that exceeds the CITY’s schedule objectives while minimizing overall cost. For every assignment, we prepare a<br />

project management plan tailored to the complexity of the work. The plan includes a detailed budget, QA/QC procedures,<br />

and a project schedule identifying tasks, milestones, and critical path activities. During project execution, we monitor<br />

progress on a weekly basis to ensure internal adherence to deadlines, budget, and QA/QC activities. Externally, we<br />

coordinate closely with the CITY, permitting agencies, stakeholders, and contractors to ensure that there are no surprises<br />

and that our work products are completed satisfactorily the first time around.<br />

A cornerstone of this “high quality/value conscious” approach<br />

is to establish and maintain effective communication not only<br />

within the project team, but also with other stakeholders that<br />

are interested in the project. To this end, KING typically<br />

develops a detailed communication plan that is implemented<br />

as part of the overall delivery plan and in close coordination<br />

with the CITY. Timely and consistent communication will keep<br />

the project on track and allow all parties to quickly and easily<br />

deal with inevitable changes that may develop.<br />

A draft of the project management plan is developed<br />

immediately after receipt of an approved work order and<br />

distributed to all team members, including the CITY, for<br />

review and comment to ensure the CITY’s concurrence with<br />

the plan and schedule. After the CITY approves the project management plan, work will proceed in accordance with the<br />

approved plan. Any deviation from the approved schedule, assigned staff or budget would require approval by the CITY.<br />

Key Components of a Project Management Plan<br />

KING is a highly skilled group of professionals whose expertise, ability, and experience will ensure successful completion of<br />

public design projects. Our team continues to successfully serve numerous municipal clients as described elsewhere in this<br />

proposal. This experience gives us an in-depth understanding of the issues that must be addressed regarding public projects<br />

in the CITY.<br />

Proven Management Techniques Ensure Successful Projects<br />

Sound project management includes bringing together the correct resources and<br />

providing clearly articulated procedures and guidance documents to efficiently<br />

accomplish the work. KING has built its approach to project delivery based on<br />

methods used on highly successful projects. Critical elements of the project<br />

delivery system are:<br />

1. Plan the project to ensure that the client’s vision is achieved.<br />

2. Chart the team by developing the mission, vision, goals and<br />

procedures.<br />

3. Plan the work by developing a detailed Project Management / Work Plan.<br />

4. Gain endorsement by the CITY, the project team, and KING Team management.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Projeca Project Management<br />

Software<br />

5. Perform the work and manage change. This is an iterative step that returns to Steps 3, 4, and 5 continually<br />

until the project is complete and fully endorsed by all participants.<br />

6. Close the project, including the final narrative report and cost accounting.<br />

Approach to Scope of Work<br />

1


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Single Point of Contact<br />

North Miami Beach’s key point of contact with KING for this<br />

contract is the proposed Project Manager, Mr. Agustin<br />

Maristany, PE. As the Principal and Project Manager at KING,<br />

Mr. Maristany will be the lead advocate of the CITY’s interests<br />

within the firm. He is responsible for ensuring that the interests<br />

of the CITY are given priority within the firm and that the full<br />

resources of KING are engaged to meet the needs of the CITY. His goal is to establish a successful long-term record of<br />

performance with the CITY. To support him, Mr. Maristany handpicked the proposed team based on their expertise, local<br />

knowledge, commitment, and past experience completing similar projects.<br />

Project Management Plan<br />

KING’s philosophy for managing the CITY’s projects throughout our relationship will be to manage for success. The<br />

foundation of this philosophy is that success can only be achieved when the client and the consultant act in partnership.<br />

As the CITY’s engineering consultant, KING’s role will be to facilitate such a partnership so that the CITY’s expectations are<br />

consistently achieved through a process that produces projects that meet the following criteria:<br />

• Completed on time<br />

• Completed within or under budget<br />

• Completed with the required level of quality<br />

Local Project Manager:<br />

Agustin Maristany, PE<br />

Vice President<br />

8390 NW 53 rd Street, Suite 200<br />

Doral, Florida 33166<br />

amaristany@KINGengineering.com<br />

305-763-9829<br />

To achieve these criteria, Mr. Maristany, our proposed Project Manager, will develop a project management plan to serve<br />

as the project reference guide for use by the CITY, KING and all sub consultants. Key elements of the plan are as follows:<br />

• Goals / Critical Success Factors<br />

• Scope of Work (Work Breakdown Structure)<br />

• Schedule<br />

• Team Organization and Responsibilities<br />

• Quality Control Process<br />

• Communication Plan<br />

• Contingency / Risk Management Plan<br />

Goals/Critical Success Factors<br />

KING conducts a kickoff meeting with the client at the beginning of the project. At the kickoff meeting, the Project Team<br />

identifies those factors most critical to the success of the project. Often time, critical success factors are related to<br />

anticipated difficulties. For each critical success factor, a performance measure is identified to provide a means of<br />

determining whether project progress is still focused on the goals. For example, obtaining a key permit may be identified as<br />

a critical success factor. In this case, application submittal and Request for Additional Information re-submittal dates may<br />

be defined as the performance measures. These critical success factors<br />

are established as goals and re-visited at each stage of the project to<br />

assure the project’s success.<br />

Activity Breakdown Structure and Project Schedule<br />

Mr. Maristany will identify and breakdown the project into individual<br />

tasks comprising an Activity Breakdown Structure (ABS). The ABS will be<br />

activity-based and describe the scope of services required to complete the<br />

project. A graphical Project Schedule, readily understandable to all team<br />

members, will be developed from the ABS and will be used to maintain a<br />

sense of urgency among the Project Team. Either a bar chart or critical<br />

path method type schedule, as acceptable to the CITY, will be used. The<br />

schedule will show task interrelationships on a calendar basis and will<br />

include review and revision time.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Project Team Roles and Responsibilities<br />

Approach to Scope of Work<br />

2


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

KING recognizes the upmost importance that schedule management has over every aspect of a project. Careful<br />

consideration of the schedule and schedule influencers is essential at the onset of each assignment. Extensive planning by<br />

the team, including identifying all factors that can affect the schedule, will ensure that we meet the CITY’s established<br />

critical dates.<br />

Team Organization<br />

Providing outstanding support to the CITY throughout the life of the continuing contract for professional services is a high<br />

priority for KING. We are mindful of the importance of providing responsive service and committing the required personnel<br />

to meet the resource demands of each project. KING is committed to providing the necessary resources to ensure that all<br />

assignments are completed to the satisfaction of the CITY. We welcome the opportunity to work with the CITY to<br />

demonstrate our responsiveness, timeliness, and cost-effectiveness.<br />

Availability of Key Staff and Resources<br />

KING’s management team updates its workload projections on a monthly basis to ensure the availability of staffing<br />

resources to meet its contractual commitments. Beyond the current state of its workload, KING manages its workload on a<br />

regular basis to maintain the proper balance between workload and resources. On a monthly basis, all project managers<br />

update six month workload projections by project and by staff assignment for each member of KING’s staff to ensure that<br />

adequate staffing is maintained at all times. Project managers anticipate future contracts and work orders and include in<br />

their projections to ensure continued access and availability of selected staff to work on their projects. For the CITY, Mr.<br />

Maristany will work closely with CITY staff to anticipate staffing commitments associated with future work orders and to<br />

ensure that the required staff is committed to the CITY projects.<br />

Project Team Organization<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

The organization of a project team starts with the<br />

CITY’s project management team defining the needs<br />

and goals of a particular assignment. Effectively,<br />

KING serves as an extension of the CITY staff and our<br />

methodology and approach strives for seamless<br />

integration of the CITY and KING’s team of in-house<br />

staff and sub consultants. For each assignment,<br />

KING organizes a compact, core group of team<br />

members with the proper technical credentials to<br />

address all the technical requirements of the job.<br />

Project teams are established based upon a balance<br />

of the level of expertise needed against the cost of<br />

service. This core group or “project team” consisting<br />

of KING and sub consultant staff, is involved from<br />

initial scoping through project completion to ensure<br />

commitment, consistency, and efficiency. Our sub<br />

consultants are fully integrated members of the team<br />

and will take technical direction from the assigned<br />

Task Manager. Sub consultant commitments,<br />

especially local minority and small businesses, are<br />

met on each assignment where their expertise/role is<br />

required.<br />

Mr. Maristany will use the organizational chart, and<br />

the activity breakdown structure to create a table of<br />

Project Team Member Roles and Responsibilities.<br />

The table will serve as a ready reference to team<br />

members and the CITY.<br />

Approach to Scope of Work<br />

3


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

As indicated in the organization chart, the team has access to a wide range of experts capable of addressing all the<br />

anticipated technical requirements of a project. In the event that a unique specialty is required for a job, our team will<br />

seek to find that specialist within our team first. In the event that the specialist cannot be found on our team, we will seek<br />

to add a sub consultant to fill that void with the approval of the CITY and in accordance with the procedures set forth by the<br />

CITY.<br />

Effective coordination with all team members is accomplished by establishing clearly defined lines of communication and<br />

accountability (outlined in the Project Management Plan), enabling seamless coordination between all team members –<br />

the CITY, KING, sub consultants, and stakeholders (as applicable). This coordination is particularly crucial to ensure efficient<br />

coordination amongst the various disciplines involved.<br />

Quality Control Process<br />

The primary goals of our Quality Control Program are to consistently achieve the high standards of technical excellence<br />

expected by the CITY, reduce overall engineering construction costs, and best meet the CITY’s needs relative to its public<br />

utility projects. These goals can be attained through implementation of a consistent quality control program for each aspect<br />

of the project. Quality control includes not just review of work products, but early involvement during the scoping phase of<br />

the project to establish methods and procedures for executing the work consistent with proven techniques that meet the<br />

needs of the project in the most efficient manner. The quality assurance/quality control plan for a project includes the<br />

following items:<br />

• Project Delivery Guidelines - Project delivery guidelines are established for project assignments to define the<br />

common vision of all team members and the CITY for completion of each element of the project. A project<br />

definition workshop will be held with the CITY to establish a clear understanding of the specific needs for each<br />

project element, and the appropriate delivery method to meet the project requirements.<br />

• Project Instructions - Our project manager and task leaders will develop a detailed set of project instructions<br />

for execution of the project. The instruction set will define key project information and milestones for all<br />

project team members.<br />

• Specific Quality Control Activities<br />

- Quality control review<br />

procedures for technical elements<br />

of the project are defined, and a<br />

separate staff of qualified<br />

professionals will be assigned as<br />

quality control reviewers for each<br />

discipline.<br />

Our QA/QC program is based on a "total quality<br />

management" approach, and includes the<br />

following key features:<br />

1. The client's perception of quality is the<br />

one that counts.<br />

2. Our project team and project<br />

management approach builds quality in<br />

throughout a project, rather than fixing<br />

it at the end.<br />

3. All members of our management staff<br />

are committed to delivering quality.<br />

4. Those doing the work make constant<br />

improvements to the system.<br />

5. All our work should continually add<br />

value to the client's operation.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

4


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Quality Control Plan<br />

Mr. Maristany will establish a Quality Control Plan that will identify all QC elements, the<br />

team member responsible for the element, and target dates. Once a QC element is<br />

completed, the actual completion date will be entered into the Quality Control Plan.<br />

Typical elements of a Quality Control Plan are listed in the adjacent text box.<br />

Quality Control Philosophy<br />

“The client's perception of<br />

quality is the one that counts.”<br />

Communication Plan<br />

A Communication Plan will be prepared as part of the project management plan that will identify how the various<br />

communication elements will be used to distribute information to the team, as shown below:<br />

Possible Communication Elements<br />

♦ Client Meeting Meetings<br />

♦ Internal Team Meetings<br />

♦ Meeting Minutes<br />

♦ Progress Reports<br />

♦ Project Schedule & Budget<br />

♦ QC Reviews<br />

Possible Media<br />

♦ Email<br />

♦ Voice mail<br />

♦ Fax<br />

♦ Letter<br />

♦ Face-to-face<br />

As shown, the Communication Plan includes progress reports that will be<br />

submitted to the CITY’s Contract/Project Manager as required and on a monthly<br />

basis as a minimum. The progress reports will track all critical events in concert<br />

with the project schedule and will discuss developments of the project during the<br />

preceding month. The progress report will also serve as an exception report to<br />

appraise the CITY of any unexpected developments in the project and the<br />

manner in which these developments have been resolved by the project staff.<br />

These progress reports will be supplemented by project review meetings with<br />

CITY’s Contract/Project Manager.<br />

Similar to the Communication Plan, a Document Distribution Matrix will be<br />

prepared by the KING project manager to identify the team member(s) that will be<br />

a recipient of various documents developed during the project, to assure that the<br />

appropriate information is communicated to the proper party. Documents for<br />

distribution include progress reports, draft reports, designs, correspondence,<br />

permit applications, etc.<br />

Change Management Plan<br />

Communication Plan<br />

Often times, unanticipated circumstances arise during project execution in spite of our collective best efforts to anticipate<br />

change. It is therefore, prudent to have a plan in place to handle potential unexpected changes. If not managed and<br />

executed properly, such changes can have detrimental impacts on the overall success of the project. To prepare for<br />

potential changes, Mr. Maristany will prepare a Change Management Plan to provide guidance to all team members on<br />

identifying, handling, communicating, and resolving these events. The Change Management Plan will identify, in writing,<br />

the proposed change; provide a summary of the impact to the budget, schedule or other element of the project; include a<br />

place where team members can endorse the change; and provide a place for the CITY’s authorization or acknowledgement<br />

of the change. In this way, change can be smoothly incorporated into the overall project.<br />

Contingency/Risk Management Plan<br />

Factors beyond KING’s and CITY’s control (for example, changes in materials prices, availability or delivery time) can often<br />

influence the success of a project. The team members will assist Mr. Maristany with developing a Risk Management Plan<br />

at the kick-off meeting. The Plan will include a list of potential problems specific to the project and prevention measures<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

5


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

that may be used to mitigate the problems. Monthly, Mr. Maristany will update the Risk Management Plan to reflect the<br />

status of each area of potential concern.<br />

Earned Value Analysis<br />

Managing costs must occur throughout<br />

the life of our services on every project<br />

for the CITY. KING realizes that every<br />

dollar of public funds is an investment<br />

made for the public's benefit.<br />

Managing those dollars, whether as<br />

engineering services fees or<br />

construction costs, must result in a<br />

maximum realized benefit to the CITY.<br />

The consulting engineering team,<br />

therefore, undertakes a stewardship of<br />

those funds in concert with the CITY.<br />

At KING, each project manager is<br />

provided with access to an in-house,<br />

computer-based management<br />

information system to track project<br />

costs and manpower requirements on<br />

a weekly basis, and to compare the<br />

quantity of work to be completed with<br />

the remaining amount of budgeted<br />

hours and funding.<br />

Cummulative Revenue<br />

$ 300,000<br />

$ 250,000<br />

$ 200,000<br />

$ 150,000<br />

$ 100,000<br />

$ 50,000<br />

$ 0<br />

Mar-07<br />

INTEGRATED SCHEDULE AND BUDGET MANAGEMENT<br />

Project Number : 2034-027-001 - Project Name: Hammock Park Natural Systems Restoration<br />

As of 10/1/2008<br />

- Over Budget : $4,128<br />

- Ahead Schedule : 19 days<br />

- 78.6% Complete<br />

Jun-07<br />

Sep-07<br />

Dec-07<br />

Mar-08<br />

Jun-08<br />

Aug-08<br />

Nov-08<br />

Feb-09<br />

May-09<br />

Date<br />

Budget Earned Value Invoiced Revenue<br />

Revenue Spent Work Order Expiration Contract Expiration<br />

Aug-09<br />

Mr. Maristany will also use Earned Value Analysis to monitor the project’s budget. As part of the project management plan,<br />

a budget will be assigned to each task in the ABS. Using the scheduled relationship between tasks, the projected<br />

cumulative budgeted cost of the work will be plotted against time to show how the project budget is scheduled to be<br />

expended. Then, on a monthly basis, the project manager will calculate the sum of the earned values (estimated percent<br />

complete times task budget) and compare the total earned value against the expended budget and the projected<br />

cumulative cost to evaluate engineering budget status and the overall project schedule. See attached sample chart.<br />

Presentations<br />

At the CITY’s request, KING will present reports and recommendations to the CITY Commission, CITY Administration, and<br />

other interest groups as specified by the CITY. Our Project Principal and Project Manager have many years of experience<br />

presenting reports and recommendations to multiple stake holders.<br />

Approach to Scope of Work: Traffic<br />

As requested, the KING team is prepared to assist the CITY in a variety of<br />

Roadway <strong>Engineering</strong> services from PD&E/Roadway Alignment Studies to<br />

final design, permitting, and contract administration, these include the<br />

following:<br />

Transportation Planning and Operations<br />

The approach to a traffic operations study to identify and correct traffic<br />

capacity and safety issues would vary from that used in an access<br />

management analysis that would identify safe and efficient access to<br />

maximize capacity along a corridor. The first step is to have a qualified<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

6


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Professional Engineer conduct field visits to the site to assess the operational characteristics of the roadway or intersection.<br />

Items that the field visits may uncover, such as trees, bushes, utility poles that limit motorists’ line of sight, may be crucial<br />

to the successful outcome of the study. Each location and project will have its own distinct set of safety and operational<br />

issues, and as such, each site will be observed on its own merit and approached accordingly.<br />

Subsequent to the field visit, a detailed methodology statement is prepared that clearly outlines the problems identified<br />

and the exact methods proposed to evaluate the alternatives. The methodology statement will be presented to the CITY<br />

and will outline the proposed methodology to be employed, included data collection techniques, reference material to be<br />

used, standards to be applied, and a list of the software that will be used for each analysis.<br />

The analysis will be prepared based upon the agreed upon methodology submitted, and a final report summarizing the<br />

results of the study will be prepared for use by the CITY.<br />

Transportation Corridor Studies<br />

Corridor studies are typically commissioned in order to determine the<br />

future transportation needs along a specified stretch of road that is<br />

important to the surrounding community. Typically, a corridor study<br />

begins with data collection and analysis for the existing traffic conditions<br />

along the roadway. Future volumes are then projected for the horizon<br />

year and the transportation system is analyzed under two scenarios: no<br />

build – which assumes no improvements to the corridor and build –<br />

which identifies any improvements necessary to maintain adequate<br />

operations through the future condition.<br />

KING believes that there are other aspects which must be included<br />

within a detailed corridor study. Access to adjacent properties must be evaluated since the number and configuration of<br />

access has a direct impact on traffic operations. Access should be evaluated not just against the adopted access<br />

management standards, but also from an overall corridor friendly approach. The access evaluation should include<br />

consideration of such options as frontage and reverse frontage roads, cross access and shared parking for compatible uses.<br />

Pedestrian, bicycle and transit facilities must also be considered. It is a growing reality that improvements to vehicular<br />

traffic flow may not be enough to sustain our transportation systems. Therefore, the corridor study should include a<br />

detailed inventory and evaluation of the adequacy or feasibility of pedestrian, bicycle and transit amenities. Another key<br />

aspect that should be evaluated within a corridor study is the impact of the adjacent land use on the transportation<br />

patterns along the corridor. The existing and future land use maps and zoning information should be carefully reviewed to<br />

maximize interaction between land uses while minimizing the need for vehicular travel on the roadway.<br />

As you are aware, Public input is also a key component to a successful corridor study. Once draft recommendations and<br />

alternatives have been created, workshops with key stakeholders in the community should be held to gather input and<br />

comment.<br />

A detailed report describing the methods and results of the analysis as well as reflecting the input received in the public<br />

forums will be prepared for the CITY. The report should liberally use graphics where practical to easily portray the results<br />

and recommendations of the analysis.<br />

Traffic Data Collection<br />

Various methods will be employed to collect the data necessary to support the transportation planning and engineering<br />

tasks outlined in the scope of this project. Tools such as automatic traffic counters, capable of collecting traffic volumes,<br />

vehicle classification and speed will be used to obtain approach volumes, middle-block counts, and multi-day data<br />

collection. Digital video recorders may be used to record traffic movements at intersections. The use of the DVR’s can<br />

assure that all movements are being observed and recorded turning movements are then counted in-house. The use of<br />

DVR to collect intersection data allows for a video back up of the data to be retained if needed for verification later in the<br />

analysis. The DVR data also allows for the classification of vehicles during the count, as well as counting pedestrians,<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

7


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

bicyclists and more specific data, such as “right turns on red”. Field personnel may also be used to collect intersection data<br />

in real time, allowing for a comprehensive observation of a variety of traffic characteristics.<br />

Roadway Design<br />

Maintenance of Traffic<br />

KING is qualified with FDOT to provide Highway Design services. Services<br />

to be provided by KING for Roadway Design include preparation of<br />

roadway construction plans, permit applications for environmental<br />

permits, utilities and stormwater systems, traffic control plans, signing<br />

and pavement marking design, roadway lighting, and traffic calming<br />

devices. All designs will meet FDOT’s Minimum Uniform Standards<br />

(“Greenbook”) and CITY’s road standards. Pavement design will be<br />

provided based on the FDOT Flexible Pavement Design Manual. KING will<br />

prepare and submit final design drawings and technical specifications for<br />

grading, drainage, paving and utility plans. Necessary copies of plans will<br />

be provided to all utilities to coordinate their distribution system design.<br />

Minimal disruption of traffic, safety of the traveling public and workers, and access to adjacent properties are elements that<br />

will be considered during the early development of the design and construction phasing. Early coordination and<br />

cooperation with utility companies is important to avoid re-design, construction outages and accidents.<br />

Whether a widening is done to the right side, the left side or along the center will depend on a careful investigation of the<br />

existing alignment, existing and proposed right-of-way, and location of existing utilities. A construction phasing analysis at<br />

the early stage of design will promote economy in construction and design efficiency. Avoidance of adverse disruption to<br />

the traveling public and achieving savings in construction costs is the primordial goal of our design.<br />

Access management is considered a critical issue both in roadway design and in maintenance of traffic. When an existing<br />

roadway is widened, the existing access may need to be modified to meet safety criteria. Modifying existing access may be<br />

costly due to right-of-way acquisition and consequential damages. These factors will be considered during the design to<br />

ensure that access is safely maintained including during construction.<br />

Traffic Signal Design<br />

The KING team will prepare signal design plans that will include all design services, such as survey, geotechnical<br />

engineering, structural design, and signalization plan. During the construction of the traffic signal, the team will provide<br />

inspection services covering the installing of the signal equipment and geotechnical testing services for installing the drill<br />

shafts and mast arm foundations.<br />

KING will be provided a survey base map of the intersection to be signalized. The survey will be provided in AutoCAD file<br />

format or other as requested and will be placed on the CITY’s standard plan sheet. This sheet will be the base plan for the<br />

signal design.<br />

At the CITY’s request, KING will prepare a 60% submittal, 90% submittal and final submittal. The 60% submittal will<br />

include a key sheet, topographic survey, signalization plan sheet, mast arm details, foundation details and soil boring data<br />

sheets. The 60% submittal plans will be sent to all the companies that have underground and overhead utilities in the<br />

intersections. As such, the mast arm and foundation design will be conducted after the 60% submittal plans have been<br />

reviewed the CITY, FDOT and the utility companies.<br />

The 90% submittal will provide all required sheets including the addition of the tabulation of quantities, the signing and<br />

pavement marking plan, mast arm and foundation design, maintenance of traffic and technical special provisions.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

8


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

The final submittal will include all sheets and will be signed and sealed by a professional engineer. The plans will show the<br />

overhead signing, ground signing, paving, drainage and marking modification associated with the new signal installation.<br />

The CITY’s specifications will be incorporated into the General Notes.<br />

Signing and Pavement Marking<br />

Signing and pavement marking plans will be designed based on the latest FDOT Design Standards and FHWA Manual on<br />

Uniform Traffic Control Devices. However, the CITY of North Miami Beach guidelines will be used for specific markings.<br />

Roadside signs will conform to Elder User Guidelines. The Transoft “GUIDSIGN” program will be used to design overhead<br />

street name signs to be installed on the mast arm poles.<br />

Construction <strong>Engineering</strong> Inspection<br />

The construction phase of a project marks the beginning of the<br />

most significant expenditure of a project’s funds. It is the time<br />

when an excellent engineering consultant shows its value. The<br />

design effort has set the stage for successful construction, now<br />

construction services must execute the assignment. Knowing how<br />

to work with contractors is critical. Contractors have a culture - an<br />

orientation. An engineering consultant must know how to<br />

understand a contractor’s perspective and use it to the advantage<br />

of the CITY. An engineering consultant must always be watching<br />

out for the Client’s best interest. In addition, KING has experience<br />

implementing a “Claims Management Approach” which quickly,<br />

efficiently and expeditiously handles claims in order to minimize<br />

any exposure to the CITY.<br />

The successful construction of a project, of course, begins during the design phase. The plans must undergo a<br />

constructability and bidability review. These reviews will not only avoid the “how do we build this” questions from the<br />

Contractor, but will also minimize supplemental agreement claims from the Contractor.<br />

The team approach is to have the design engineers for projects continue as the same basic team through the construction<br />

phase, thus, fully utilizing their knowledge and understanding of the project.<br />

Several important considerations occur during the construction phase of a project. Operations of adjacent roadways and<br />

maintenance of traffic must be impacted to the least amount possible, safety and security must not be compromised, and<br />

the construction effort itself must be kept moving. Delays must be avoided, changes must be avoided; the project should<br />

be kept moving and closed out in a timely fashion.<br />

Construction services can be generally separated into construction administration (CA) and resident project representative<br />

services (RPR). CA in general, is the designer checking and monitoring the construction to assure what is being built is what<br />

was designed. CA consists of attendance at a preconstruction conference, periodic visits to the construction site to monitor<br />

progress and quality of work, taking appropriate action on shop drawings and other submittals, preparation of change<br />

orders, reviewing laboratory and testing results, providing design clarifications, evaluating contractor substitution<br />

proposals, reviewing contractor applications for payment, performing substantial completion inspections, obtaining written<br />

warranties and preparing of closeout documents, including record drawings.<br />

If the CITY requests RPR services, then closer monitoring of the Contractor and construction effort would result. Services<br />

would consist of arranging progress meetings and job conferences, reviewing Contractor progress schedules, serving as<br />

liaison with the Contractor, administratively handling and reviewing paperwork between the contractor/CA team such as<br />

change orders and contractor pay requests, performing daily inspections, keeping daily work log, verifying that certificates<br />

and manuals furnished by the contractor are applicable to the items actually installed, conducting final inspection,<br />

preparing and completing a punch list, and providing the CITY and user start up assistance.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

9


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Constructing a public works improvement is a multi-organization effort. It is a process that finds the CITY, the Contractor,<br />

the Design Engineer, the permitting agencies, and other government agencies in a partnership to implement the project<br />

safely and efficiently. In order to be successful, the relationship among the involved parties must be based on the following<br />

principals:<br />

• Commitment to an acceptable end product<br />

• Open communication<br />

• Trust<br />

• Teamwork<br />

• Understanding of mutual goals<br />

An additional vital component of the project “team” is the public. The citizens and taxpayers of the community expect and<br />

deserve a high quality project. They must have their questions and concerns answered in a factual and professional<br />

manner. KING’s extensive experience in public involvement efforts on many types of projects will be a great value on this<br />

project if required during the construction administration services.<br />

The successful construction of a project, of course, begins during the design phase. The plans must undergo a<br />

constructability and bidability review. These reviews will not only avoid the “how do we build this” questions from the<br />

Contractor, but will also minimize supplemental agreement claims from the Contractor.<br />

The day-to-day administration of the construction project will involve several essential phases:<br />

• Final review of contract package<br />

• Preconstruction conference<br />

• Shop drawing review<br />

• Documentation<br />

• Recommendations for contract alteration<br />

• Project acceptance<br />

All of these elements are vitally important. A further explanation of the documentation phase will help communicate<br />

KING’s understanding of the construction administration process. We live by a simple cardinal rule related to<br />

documentation: Document as if every decision you make may be challenged in court. The organization of this<br />

documentation is also very important. Many decisions are made during a construction project. The following list indicates<br />

the nature of KING’s administration documentation:<br />

• Project diary<br />

• Progress estimates<br />

• Control of materials reports<br />

• Utility work reports<br />

• Subletting requests<br />

• Time modifications<br />

• Supplemental agreements<br />

• Contract claims<br />

• Acceptance reports<br />

• Final estimates<br />

• Correspondence<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

10


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Approach to Scope of Work: Drainage Design<br />

KING welcomes the opportunity to work in partnership with the CITY of North Miami Beach to improve the<br />

stormwater/drainage levels of service either on a citywide basis, sub-basin scale, or in association with smaller localized<br />

projects that involve drainage improvements.<br />

KING relies on its multi-disciplinary in-house capabilities to deliver innovative and cost-effective solutions to increasingly<br />

complex stormwater challenges. As population growth places additional demands on our limited water resources, more<br />

creative solutions are required to manage water on an integrated basis and achieve a better balance between competing<br />

objectives such as water supply, flood control, aquifer recharge, water quality and aquatic control, navigation, and the<br />

natural environment. KING works closely with its clients to clearly define the nature of the challenges and find solutions<br />

that are uniquely tailored to their needs.<br />

We offer an integrated team of engineers, hydrologists, ecologists, surveyors, landscape architects, and GIS experts that can<br />

address the full range of stormwater services. KING provides the following stormwater services:<br />

Master Planning<br />

Capital Improvement Plans<br />

Hydrologic, Hydraulic, and Water Quality Modeling<br />

Flood & Erosion Control<br />

Stormwater Reuse and Aquifer Recharge<br />

Seepage modeling and control<br />

Enhancement of Water Quality through Best Management Practices<br />

Lake / Wetland Restoration<br />

Design of Water Resources Infrastructure<br />

o Drainage Systems<br />

o Hydraulic Control Structures<br />

o Stormwater Pump Stations<br />

o Lakes, Reservoirs, Canals, Retention Ponds<br />

Stakeholder/Interagency Coordination and Public Information<br />

Regulatory Issues / Permitting<br />

o Review of Plats; Paving, Grading, and Drainage Plans; As-Builts<br />

o Policy and design criteria development<br />

o Permitting procedures and fees<br />

o Drainage design and criteria manuals<br />

Construction Management and Inspections<br />

KING <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

11


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Most importantly, our staff has compiled an extensive record of stormwater experience in south Florida. Following is a<br />

representative list of projects:<br />

<strong>King</strong> Team South Florida Stormwater Experience<br />

Client Location Project Description<br />

Central Broward<br />

Water Control<br />

District<br />

Hollywood, FL<br />

District engineer from 1995 through 2007 for a 43.5-square-mile area that<br />

includes unincorporated Broward County, Cooper City, the Seminole Indian<br />

Reservation, and the communities of Davie, Hollywood, Sunrise, and Pembroke<br />

Pines. Provided services related to regulation, permitting, infrastructure<br />

improvements, and the operation and maintenance of more than 100 miles of<br />

secondary canals serving 150,000 residents. Reviewed plats, paving and<br />

drainage plans, and as-built drawings for all development and redevelopment<br />

for conformance with design standards, processing an average of 70 plans<br />

annually. Revised the design criteria manual and conducted site inspections.<br />

Attended Board and committee meetings. Managed special projects including<br />

flood assessments, stormwater modeling, and implementation of best<br />

management practices to improve water quality and erosion control, and the<br />

design of infrastructure improvements.<br />

Central Broward<br />

Water Control<br />

District<br />

Hollywood, FL<br />

Design of ten secondary canal culvert crossings with a combined construction<br />

value of $700,000. Culverts ranged from circular 48-inch RCP to dual 72-inch<br />

RCP. Services included, planning, design, permitting, utility relocation, bidding<br />

assistance, and support during construction.<br />

Central Broward<br />

Water Control<br />

District<br />

Hollywood, FL<br />

Water quality study of the C-11 West Basin, a highly urbanized area covering<br />

22.9 square miles. The XP-SWMM model was used to evaluate the retention<br />

capacity of the existing secondary canal network and to evaluate infrastructure<br />

improvements to improve the quality of discharges into the C-11 West canal.<br />

The recommended alternative consisted of enlarging and deepening several<br />

canal outfalls to enhance phosphorus removal via wet detention. The study<br />

and recommendations were used as the basis to obtain a $1 million grant from<br />

the South Florida Water Management District to construct the improvements.<br />

Central Broward<br />

Water Control<br />

District<br />

Central Broward<br />

Water Control<br />

District<br />

Hollywood, FL<br />

Hollywood, FL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Development of a stormwater master plan for the C-11 East Basin, a 24–<br />

square-mile highly urbanized watershed. Major tasks included a facilities<br />

inventory and GIS mapping, development and calibration of a stormwater<br />

model (XP-SWMM), evaluation and recommendation of alternatives for flood<br />

control and water quality enhancement, preparation of capital and operation<br />

& maintenance costs, and recommended priorities for a $19M capital<br />

improvement plan. Alternatives evaluated included pump stations, canal<br />

dredging, and culvert improvements. The XP-SWMM model consisted of 38.8<br />

miles of canals, 185 culverts and bridges, two major control structures (S-13<br />

and S13A), and 3 pump stations.<br />

Design, permitting, bidding assistance, and construction support services for<br />

the construction of 2,800 feet of secondary canal improvements (deepening<br />

and widening) within the C-11 West Basin. The project is funded jointly by the<br />

CBWCD and the South Florida Water Management District. The project<br />

increases the capacity of selected secondary canals by deepening and widening<br />

Approach to Scope of Work<br />

12


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

<strong>King</strong> Team South Florida Stormwater Experience<br />

Client Location Project Description<br />

the downstream canal sections to improve stormwater quality prior to<br />

discharge into the C-11 West Canal.<br />

Central Broward<br />

Water Control<br />

District<br />

Hollywood, FL<br />

Development of a stormwater master plan for the C-11 West Basin, a 72 –<br />

square-mile highly urbanized watershed. Major tasks included a facilities<br />

inventory and mapping, development and calibration of a stormwater model<br />

(XP-SWMM), evaluation and recommendation of alternatives for flood control<br />

and water quality enhancement, preparation of capital and operation &<br />

maintenance costs, and recommended priorities for a $3M capital<br />

improvement plan. Alternatives evaluated included pump stations, canal<br />

dredging, and culvert improvements. The XP-SWMM model consisted of over<br />

2000 nodes including 250 sub-basins, 58 miles of canals, 364 culverts, 5 pump<br />

stations, and 20 control structures.<br />

South Florida Water<br />

Management<br />

District<br />

South Florida Water<br />

Management<br />

District<br />

Broward County<br />

Broward County<br />

Basis of Design Report (BODR) for a 1,650-acre above ground impoundment<br />

with a construction value of $134 million. The impoundment is an element of<br />

the Broward County Water Preserve Area. Key components of the<br />

impoundment include 6.5 miles of 15.5-foot levees, levee windbreaks, 295-<br />

acre mitigation wetland, 700 cfs inflow pump station, 500 cfs gated outlet<br />

structure, 500 cfs gated culvert on the C-9 canal, emergency overflow spillway,<br />

seepage control canals, and a 150 cfs seepage pump station. Services included<br />

topographical site baseline surveys and GIS database development,<br />

geotechnical and hydrogeological field investigations, dam break analysis, SPF<br />

routing, wind setup, wave run-up, erosion control, SEEP2D and MODFLOW<br />

seepage modeling, civil, structural, mechanical, electrical & instrumentation,<br />

and preparation of detailed cost estimates for the recommended<br />

configuration.<br />

Design and preparation of full contract documents for an $1.8 million, 500 cfs<br />

gated culvert structure on the C-9 Canal, including twin 6-ft by 10 ft RCP box<br />

culverts, SCADA controls, and manatee barrier. Services included hydraulic<br />

analysis, geotechnical investigation, surveying, civil, structural, mechanical,<br />

electrical & instrumentation design, erosion control, preparation of detailed<br />

cost estimates, construction schedule, and permitting support.<br />

South Florida Water<br />

Management<br />

District<br />

Broward County<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Development of two complex hydrologic and hydraulic models to support the<br />

design of the Broward County Water Preserve Area (BCWPA). The models<br />

assisted in the evaluation of alternative project configurations, dimensions,<br />

and capacities; the development of operation protocols for various project<br />

components; and the phasing of project components. Project components<br />

include reservoirs, pump stations, canals, control structures, and seepage<br />

management areas. A comprehensive Water Balance Model was developed to<br />

provide initial screening of alternatives to efficiently reduce the number of<br />

potential alternatives for more detailed analysis. An XP-SWMM model of the<br />

entire BCWPA was also created to perform more detailed analysis including<br />

hydraulic routing yielding instantaneous flows, water levels, and velocities for<br />

each selected alternative. Modeled components included two major<br />

Approach to Scope of Work<br />

13


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

<strong>King</strong> Team South Florida Stormwater Experience<br />

Client Location Project Description<br />

impoundments (C-9 and C-11) with an approximate storage capacity of 6,000<br />

acre-ft each, routing through the C-11 and C-9 canals from the coast to the<br />

water conservation areas (48 miles of canals), 16 major control structures, and<br />

6 pump stations ranging in size from 100 cfs to 2,880 cfs. Recommendations<br />

resulted in significant cost savings ($206M vs. $224M) through reduced<br />

capacities (control structures, pumps, and new canals) while achieving higher<br />

flow diversion capacities (83% vs. 35%) through modified project<br />

configurations and operations protocols as compared to the originally<br />

proposed project.<br />

South Florida Water<br />

Management<br />

District<br />

Broward County<br />

Evaluation of potential flood impact of decommissioning pump station G-123<br />

(400 cfs) on the North New River (NNR) Basin and the evaluation of mitigation<br />

measures. The G-123 pump station discharges from the NNR Basin into the<br />

Water Conservation Area 3A (WCA-3A) for water supply purposes, but it is also<br />

used for flood control during major storms. An XP-SWMM model of the 30-<br />

square mile basin was developed and calibrated against Hurricane Irene and<br />

the “No-Name Storm”. The model covered an area of 30 mi2 extending 13.6<br />

miles along the NNR canal from G-123 to the G-54 saltwater control structure,<br />

and 3.7 miles along the C-42 canal. The model included 12 bridges, 2 culverts, 3<br />

control structures, the G-123 pump station, and 20 inflow points including 12<br />

pump stations. Since elimination of the pump would negatively impact flood<br />

levels in adjacent municipalities, alternatives and conceptual cost estimates<br />

were prepared to mitigate impacts, including canal deepening, removal of<br />

aquatic vegetation, and modified operational rules for G-123 allowing<br />

operation during extreme events.<br />

Broward County<br />

Office of<br />

Environmental<br />

Services<br />

City of Fort<br />

Lauderdale<br />

City of Fort<br />

Lauderdale<br />

Broward County<br />

Broward County<br />

Broward County<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Stormwater planning and design of a stormwater system to alleviate extensive<br />

flooding problems in several old neighborhoods, where common problems<br />

included lack of positive outfalls and poor surface infiltration due to the<br />

destruction (filling in) of street side swales. A stormwater (adICPR) model was<br />

applied to assess the severity of existing flooding problems and to size<br />

drainage facilities. Because positive outfalls to waters of the U.S. were required<br />

for flood control, best management practices (BMPs) were used for pollution<br />

control. Runoff and lake water quality models were used to assess BMP<br />

effectiveness, size controls, and estimate water quality impacts to receiving<br />

lakes. The designed system consisted of re-graded swales, exfiltration<br />

trenches, storage and treatment in neighborhood lakes, and overflow into the<br />

primary canal system.<br />

Retrofitting the drainage system in the facility to reduce frequent flooding and<br />

accommodate the addition of a 7-million-gallon storage tank and ASR well pad<br />

to the plant site in accordance with regulations. Work effort included modeling<br />

(adICPR), design, and permitting (SFWMD, DNRP, and FDOT).<br />

Planning, design, and limited construction support services for a $650,000<br />

facility connecting SFWMD’s C-14 canal to Prospect Lake to recharge the city's<br />

main wellfield with freshwater that would otherwise be discharged to tide. The<br />

Approach to Scope of Work<br />

14


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

<strong>King</strong> Team South Florida Stormwater Experience<br />

Client Location Project Description<br />

facility serves to intercept canal flows for storage in the lake and adjacent<br />

aquifer. Services included securing a $300,000 alternative water supply grant<br />

from the South Florida Water Management District. A unique aspect was the<br />

reclassification of the Lake from a Class I to a Class III water body, the first such<br />

reclassification in the state of Florida.<br />

City of Lauderdale<br />

Lakes<br />

Broward County<br />

Development and implementation of a stormwater utility including needs<br />

assessment, rate structure, revenue projections, billing database, and<br />

stormwater utility ordinance.<br />

City of Miami<br />

Miami, FL<br />

Preparation of the municipal NPDES stormwater permit application, which<br />

included sewer system inventory, GIS mapping, dry- and wet-weather<br />

sampling, assessment of nonpoint source impacts, development of a water<br />

quality management plan to reduce pollutants to waters of the U.S., analysis of<br />

program costs and fiscal resources, public information, and assistance in<br />

negotiations with the EPA.<br />

Miami-Dade County<br />

DERM<br />

Miami, FL<br />

Development of a stormwater master plan for the C-6 Basin (Miami River). The<br />

study area, located in northeastern Miami-Dade County, has an area of 69<br />

square miles and contains approximately 175 sub-basins. Major tasks includes<br />

data review and statistical analysis of rainfall and flow records, compilation of<br />

drainage data from the cities, development of a digital terrain model for the<br />

basin area, delineation of sub-basins; building and calibration of a<br />

hydrologic/hydraulic and water quality XP-SWMM model for the basin;<br />

evaluation and ranking of flooding and water quality problems areas;<br />

identification and evaluation of flood and water quality control measures using<br />

XP-SWMM; cost estimates and recommendation of control measures.<br />

Miami-Dade County<br />

DERM<br />

Miami, FL<br />

Development of a stormwater master plan for the C-1 Basin. The study area,<br />

located in southeastern Miami-Dade County, has an area of 56.9 square miles<br />

and contains 145 sub-basins. Major tasks included evaluation and ranking of<br />

flooding and water quality problems areas; identification of control measures<br />

for flood and water quality control; hydrologic, hydraulic, and water quality<br />

modeling of control measures using XP-SWMM; cost estimates and<br />

recommendation of control measures.<br />

Miami-Dade County<br />

DERM<br />

Miami-Dade County<br />

DERM<br />

Miami, FL<br />

Miami, FL<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Design of drainage improvements to alleviate flooding and water quality<br />

problems in flood prone neighborhoods throughout Miami-Dade County.<br />

Managed preparation of 57 design packages, covering about 2 square miles,<br />

and with a construction value of $4 million. Designs included catch basins,<br />

exfiltration trenches, pavement restoration, and maintenance of traffic plans,<br />

hydraulic calculations, cost estimates, and utility conflict coordination.<br />

Design of $6 million in canal dredging and embankment restoration<br />

improvements for 6.6 miles of the North Canal. Tasks included preparation of<br />

plan, profiles, specifications, quantity takeoffs using Geopak, and coordination<br />

with surveyors and geotechnical engineers. All deadlines were met on this fast-<br />

Approach to Scope of Work<br />

15


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

<strong>King</strong> Team South Florida Stormwater Experience<br />

Client Location Project Description<br />

track project.<br />

City of Boca Raton<br />

Palm Beach<br />

County<br />

Evaluation of funding alternatives to finance stormwater capital improvement<br />

and operation and maintenance programs. A stormwater utility was selected<br />

as the preferred alternative. Developed the rate structure, revenue<br />

projections, and ordinance for implementation of the utility.<br />

City of Boca Raton<br />

Palm Beach<br />

County<br />

As part of a general stormwater services contract, provided assistance with<br />

preparation of a NPDES stormwater permit.<br />

Land Use<br />

The CITY of North Miami Beach is a mature, built-out community with a relatively stable population. Its attractive setting,<br />

warm climate, and vibrant business environment make it an attractive destination for permanent residents, businesses, and<br />

vacationers.<br />

Flood Prone Areas<br />

Because of its low lying elevations, proximity to the coast and the fact that primary canals within the CITY are tidal, flooding<br />

within the CITY may be caused by a combination of large storm events, high tides, and storm surge activity caused by<br />

hurricanes.<br />

The attached FEMA<br />

flood zone map<br />

shows the areas<br />

impacted by flooding.<br />

The inundation<br />

coincides closely with<br />

the topography,<br />

impacting the lower<br />

lying coastal areas and<br />

the relic floodplain<br />

areas adjacent to the<br />

C-9 primary drainage<br />

canal controlled by<br />

the S-29 saltwater<br />

control structure.<br />

Large areas of the<br />

CITY enjoy being<br />

outside the 100 year<br />

floodplain.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

16


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Flood Insurance<br />

The CITY participates in the National Flood Insurance Program’s Community Rating System and enjoys a 15% discount on<br />

flood insurance premiums to homes located in a Special Flood Hazard Areas (SFHA) designated by the Federal Emergency<br />

Management Agency (FEMA).<br />

The CITY has implemented measures to reduce and ultimately, eliminate the community’s exposure to floods. Fullcompliance<br />

with floodplain management requirements results in CRS premium discounts in flood insurance rates.<br />

Sea Level Rise<br />

Longer term, the CITY may be impacted by sea level rise based on the current observed trends, although the impact will<br />

occur very slowly over a very long period of time. Long term historic tidal data available at NOAA station 8723170 in Miami<br />

Beach (see following figure) shows a representative sea level rise for the area of 0.09 inches per year.<br />

Therefore, the CITY may consider the potential impact of this trend and incorporate into the design of future<br />

improvements. This may be accomplished by adjusting design boundary conditions to reflect the projected rise over the<br />

expected life of the improvements.<br />

Monthly Tides - Miami Beach<br />

5<br />

4<br />

3<br />

2<br />

1<br />

0<br />

-1<br />

-2<br />

-3<br />

-4<br />

1931<br />

1933<br />

1935<br />

1937<br />

1939<br />

1941<br />

1943<br />

1945<br />

Feet MSL<br />

1947<br />

1949<br />

1951<br />

1953<br />

1955<br />

1957<br />

1959<br />

1961<br />

1963<br />

1965<br />

1967<br />

1969<br />

1971<br />

1973<br />

1975<br />

1977<br />

1979<br />

1981<br />

Year<br />

Highest MSL Lowest<br />

Linear (Highest) Linear (MSL) Linear (Lowest)<br />

Regulatory Framework<br />

Stormwater quantity, quality, and flood protection within the CITY are regulated by various agencies including the South<br />

Florida Water Management District, the Florida Department of Transportation, the Broward County Environmental<br />

Protection Department (EPD), and the CITY’s Public Works Department.<br />

The Florida Department of Environmental Protection (FDEP) has been targeting a revision of stormwater regulations and<br />

design criteria that will result in more stringent requirements for water quality control. The new governor has placed all<br />

such efforts on hold for the time being.<br />

KING <strong>Engineering</strong> has been tracking these changes very closely and is well positioned to provide timely information on the<br />

potential impacts of these regulations. Our staff serves on three committees including the Florida <strong>Engineering</strong> Society,<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

17


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Florida Institute of Consulting Engineers, and the Florida Home Builders Association. Each of these committees have a<br />

representative on a technical advisory committee (TAC) created by FDEP to provide feedback on the proposed changes.<br />

Drainage Solutions<br />

KING has worked effectively with many clients on the southeast coast of Florida to identify<br />

cost-effective solutions that provide substantial flood control relief when encountering<br />

conditions similar to the CITY.<br />

Typical solutions have ranged from increasing the capacity of outfall discharges to tide,<br />

supplementing capacity with stormwater pump stations, and using backflow prevention<br />

devices to avoid saltwater inundation during high tides. These improvements have resulted in<br />

significant reduction in peak flood levels and the duration of inundation for all storm events,<br />

including the larger 25-year and 100-year storms.<br />

Scope of Work: Underground Utility Design<br />

Preliminary <strong>Engineering</strong><br />

Once the pipeline alignment is chosen, the project will enter the preliminary design phase. It is the intent of this phase to<br />

produce documents that are approximately 30% complete. During this Phase, KING will collect site specific design data in<br />

sufficient detail to establish the basis for the final design documents. Associated efforts include:<br />

• Re-evaluate pipeline sizing based on updated flows, if necessary.<br />

• Obtain ground and aerial survey data along the pipeline route, and identify locations of property and Right-of-Way<br />

lines.<br />

• Obtain geotechnical data, especially at all potential horizontal directional drill (HDD) and jack & bore entry and exit pits.<br />

• Perform “pedestrian” ecological surveys, such as an environmental resources evaluation, to identify specific locations<br />

that may be effected by construction.<br />

• Prepare base plan and profile drawings showing all existing utilities and the preliminary alignment of the proposed<br />

pipeline.<br />

• Develop a preliminary construction cost estimate.<br />

At the completion of this phase, KING will advise the CITY of any additional geotechnical work that appears to be necessary<br />

along with areas where SUE information is required.<br />

A minimum of ten copies of the preliminary plans will be submitted to the CITY for review. In addition, two sets of plans<br />

will be provided to each of the known utilities within the project area. These utilities will be requested to accurately depict<br />

and/or confirm the locations of their existing facilities. Two review meetings with the CITY will be attended (a<br />

constructability and a value engineering review), during which comments will be assembled for inclusion in the documents.<br />

Intermediate Design<br />

Upon receipt of the CITY’s comments on the preliminary design, KING will begin<br />

preparing the intermediate (60% + 90%) design submittal. This phase will consist of<br />

more detailed development of construction drawings and specifications including<br />

temporary construction easement recommendations (if any), plan and profile<br />

sheets, standard details, and process flow and instrumentation diagrams if<br />

required. At a minimum, the design documents will include the following items.<br />

• Cover sheet with location & vicinity map;<br />

• General Notes;<br />

• Coordinate Control;<br />

• Pipeline key map;<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

18


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

• Pipeline plan and profile sheets;<br />

• Special crossings;<br />

• Miscellaneous details;<br />

• Mechanical, electrical, and structural plan sheets showing existing and proposed information, limits of construction,<br />

and construction sequencing;<br />

• Preliminary maintenance of traffic plans;<br />

• Wetland impact sheets, if any;<br />

• Erosion and sediment control measures; and,<br />

• Technical specifications.<br />

Other tasks to be conducted during this phase include:<br />

• Finalizing design of HDPE/PVC DR ratings;<br />

• Obtaining subsurface utility engineering (SUE) data, if necessary;<br />

• Preparing sketch and legal descriptions for easements and/or property acquisition, if necessary;<br />

• Attending pre-application meetings with permitting agencies; and,<br />

• Updating the opinion of probable construction cost.<br />

The project design documents will carefully specify the qualifications and experience of the contractor. In addition, the<br />

documents will explicitly address the contractor’s operations while working in the residential areas. Specifically, working<br />

hours, maximum noise levels, maintaining continuous access for residents, emergency services, trash collection and postal<br />

deliveries, maintenance of traffic and pedestrian safety will be thoroughly addressed. Regardless of the construction<br />

method, the contractor should be required to conduct pre-construction video-taping in order to document existing<br />

conditions before construction initiated. He should also be required to provide post-construction as-builts based on the<br />

reamed hole location so as to accurately depict the actual elevation of the pipeline.<br />

As outlined previously in this proposal, KING has significant successful experience with<br />

pipeline projects. In 2006, the longest (800’), largest (36”) ductile iron pipe installation<br />

to-date by HDD was successfully installed on a project designed by KING. As a result of<br />

this similar experience, we have a tried and true method for approaching such<br />

projects.<br />

At this point in the design, information from the various utilities regarding the location<br />

Water System Improvements<br />

of their facilities should be available and will be incorporated onto the drawings. If<br />

required, KING will conduct a utility coordination meeting with these utilities to verify<br />

the location of their facilities and resolve conflicts. Resolution of known conflicts will be documented to the CITY.<br />

A detailed cost estimate based on current unit prices will be developed. The estimate will include summaries of bid items<br />

and quantities on the unit price system of bidding, wherever practical. If necessary and practical, the design will be<br />

modified based on budgetary constraints.<br />

Land acquisition documents will also be developed, including sketch and legal descriptions and easement agreements if<br />

included in our scope of services. During this phase, it will also be important to begin development of railroad utility license<br />

agreements as needed.<br />

The KING team will conduct an internal quality control project review prior to the CITY's review. A minimum of ten sets of<br />

documents will be submitted to the CITY for review and comment. Again, two review meetings with the CITY will be<br />

attended, a constructability and a value engineering review, during which comments will be assembled for inclusion in the<br />

documents.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

19


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Final Design<br />

Based on the outcome of the intermediate design review meetings, and other comments received from the CITY, KING will<br />

begin preparing the final design submittal. This phase will take the plans essentially to completion. The CITY’s comments<br />

will be incorporated into the drawings and technical specifications. The front end documents will also be prepared,<br />

including the bid form. During this phase permit application packages will be completed and submitted to the regulatory<br />

agencies.<br />

Two review meetings with the CITY will be attended, a constructability and a value engineering review, during which<br />

comments will be assembled for inclusion in the bid documents. The CITY will also be provided with ten (10) additional<br />

copies of the drawings to be forwarded to the utility companies and Real Estate Services Division of the CITY’s Real Estate<br />

and Development Department.<br />

All comments from permitting agencies will be addressed in order to secure the project permits and, if necessary, KING will<br />

assist with and attend a public information meeting for the project.<br />

Construction Phase<br />

After meeting with the CITY to discuss any final comments, the construction documents will be completed and submitted to<br />

the CITY for advertising and bidding.<br />

KING will prepare the application and submit the project plans to the<br />

FDOT or any other required permitting agency, for review, if required.<br />

After the project has been advertised for bids, KING will attend a pre-bid<br />

meeting if requested by the CITY. KING will provide assistance during the<br />

bidding phase by responding to requests for information and issuing<br />

addenda, as necessary. Upon receipt and opening of bids, KING will<br />

evaluate the bids, contact references, and make a recommendation of<br />

award to the CITY.<br />

Following contract approval, KING will provide construction phase<br />

services. These services will include office and field services depending<br />

on the CITY’s desired level of effort.<br />

• Assist in the preparation of formal Construction Contract Documents;<br />

• Provide engineering surveys to refresh and re-establish benchmarks and reference points on approved Coordinate<br />

System<br />

• Attend a preconstruction conference;<br />

• Review contractor submittals, including shop drawings, product data, samples, and other submittals required by the<br />

contract documents;<br />

• Furnish non-resident field observation services;<br />

• Prepare, reproduce and distribute supplemental drawings, specifications and interpretations in response to requests<br />

for clarification;<br />

• Observe and evaluate testing results and make recommendations to the CITY;<br />

• Prepare record drawings based on data provided by the contractor, including a bond copy and electronic copies in<br />

.DWG and .DXF formats;<br />

• Consult with the CITY regarding warranty and guarantee issues;<br />

Scope of Work: Grant Assistance<br />

KING brings a commitment to clients to enhance value in every project that we undertake. One of the ways we do that is to<br />

attract governmental funding when available, from local, State and Federal Sources<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

20


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Fiscal Year 2011 Appropriations are the normal appropriations bills which are passed every year. They fund all of the federal<br />

government’s discretional spending. The following is a listing of the Federal Appropriations Bills:<br />

• Agriculture, Rural Development, Food and Drug Administration, and Related Agencies<br />

• Commerce, Justice, Science, and Related Agencies<br />

• Defense<br />

• Energy and Water<br />

• Financial Services and General Government<br />

• Homeland Security<br />

• Interior, Environment, and Related Agencies<br />

• Labor, Health and Human Services, Education, and Related Agencies<br />

• Legislative Branch<br />

• Military Construction, Veterans Administration, and Related Agencies<br />

• State, Foreign Operations, and Related Programs<br />

• Transportation, Housing and Urban Development, and Related Agencies<br />

• The following provides a general outline of our team’s appropriations activities:<br />

o Conduct Initial Screening<br />

o Packaging<br />

o Presentation<br />

o Promote and Advocate Project<br />

o Grant Release<br />

o Appropriations Timeline<br />

Conduct Initial Screening<br />

The first step of the process would be to work with the CITY to do an analysis of the potential requests. This analysis will<br />

determine the project’s cost, groups and constituencies to benefit from the funding, potential allies, potential funding<br />

sources, and requirements for each funding source. The team will work to asses every type of funding, such as a direct<br />

appropriation, a cooperative agreement with a federal agency, or a competitive grant. At the completion of the initial<br />

screening, a determination will be made as to which funding source or sources will be pursued.<br />

The team would seek to work with the appropriate CITY personnel and have discussions with Congressional appropriators<br />

and officials from relevant federal agencies. These discussions would be used to secure input regarding their thoughts<br />

about potential funding sources and strategies to move forward.<br />

Packaging<br />

This step consists of compiling all relevant information into a detailed proposal which will anticipate and answer any<br />

questions that a member of congress, an appropriator or administration official may have. The package will be specifically<br />

tailored to address the needs of the particular funding source selected.<br />

Presentation<br />

The team will work with the appropriate CITY officials and begin to hold meetings with the Congressional Delegation and<br />

appropriators, congressional leadership, and relevant administration personnel to present the requests for funding.<br />

Promote and Advocate Project<br />

The team would work to monitor the entire funding process and work to ensure that the request remains a priority for the<br />

House and Senate Appropriators, Congressional Leadership, and relevant staff within the administration. In this step of the<br />

process, the team provides day-to-day oversight of the request and watches out for potential opportunities, such as<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

21


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

increasing funding and problems. The importance of this step is that instances occur where mistakes are made in<br />

appropriations bills, and the team has on occasion had to work with appropriators to fix errors, such as the naming of a<br />

request in manager’s amendments or technical correction packages.<br />

Grant Release<br />

Once a project is successful in securing federal funding, the team will work with the CITY to release the funding. All federal<br />

funding, including direct appropriations, have rules associated with the release of the funding.<br />

Further KING can assist with other innovative funding strategies, including:<br />

• Impact fees or other capital contribution charges levied on new growth<br />

• Revenue bond debt financing<br />

• Special assessments primarily for potable or reclaimed water transmission/distribution facilities, or wastewater<br />

conveyance facilities benefitting customers in a geographically defined area<br />

• Special assessment bonds, debt service of which is paid through receipts of special assessments<br />

As the need arises, KING will work with a firm based in Washington DC which brings together some of the most<br />

accomplished policy experts, public opinion influencers and issue advocates.<br />

KING has secured funding for the following projects:<br />

Client Name<br />

Pasco County, Florida<br />

Project Name<br />

East Pasco Reuse System For Price Altman<br />

Groves<br />

Estimated<br />

Funding Source<br />

Funds<br />

Provided<br />

$350,000 Southwest Florida Water<br />

Management District<br />

Status<br />

Approved<br />

Pasco County, Florida<br />

Timber Pines Reclaimed Water Irrigation<br />

System and Master Plan<br />

$250,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Dunedin,<br />

Florida<br />

Curlew Road Elevated Storage Tank<br />

Refurbishment and Reclaimed Water Booster<br />

Pump Station<br />

$400,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County<br />

Utilities, Florida<br />

Land O'Lakes Subregional Wastewater<br />

Treatment Plant Phase 1<br />

$400,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pinellas County,<br />

Florida<br />

Florida Utilities North County Reclaimed<br />

Water Distribution System Project Phases 3a<br />

and 3b<br />

$2 Million Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Largo, Florida<br />

CITY of Dunedin,<br />

Florida<br />

CITY of Dunedin,<br />

Florida<br />

Florida Dept of<br />

Corrections - Sumter<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Florida Oakbrook Estates Reclaimed Water<br />

Distribution System<br />

Residential Reclaimed Water Distribution<br />

Systems<br />

Florida Spanish Trails Sanitary Sewer and<br />

Reclaimed Water Distribution Project<br />

Institution/Florida National Cemetery<br />

Reclaimed Water System<br />

$400,000 Southwest Florida Water<br />

Management District<br />

Over $1<br />

Million<br />

Southwest Florida Water<br />

Management District<br />

$700,000 Southwest Florida Water<br />

Management District<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Approved<br />

Approved<br />

Approved<br />

Approach to Scope of Work<br />

22


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Correctional<br />

Pinellas County,<br />

Florida<br />

Florida Treasure Island Reclaimed Water<br />

Distribution System<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Largo, Florida Florida Reclaimed Water System Part X $300,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Largo, Florida<br />

Florida Reclaimed Water System Part X Phase<br />

2 and Part Xi<br />

$400,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Dunedin,<br />

Florida<br />

Florida Coastal Raw and Reclaimed Water<br />

Main<br />

$200,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

CITY of Dunedin,<br />

Florida<br />

Florida Reclaimed Water South Loop<br />

Transmission Main<br />

$500,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Utilities West Pasco Reuse System Northeast<br />

Segment<br />

$200,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County Florida<br />

Utilities<br />

Deer Park/Embassy Hills Reclaimed Water<br />

Interconnect<br />

$800,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

North-Central Pasco Reclaimed Main & Force<br />

Main<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Land O'Lakes Master Reuse System Storage<br />

Reservoir Program Phase I<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Master Reuse System Storage Reservoir<br />

Program Phase II, Boyette Road Reservoir<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Odessa Interim Subregional WWTP<br />

Reclaimed Water Storage and High Service<br />

Pump Station<br />

Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida Florida West-Central Reuse Interconnect Partially<br />

Funded<br />

Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Florida Utilities Land O'Lakes Subregional<br />

Wastewater Treatment Plant<br />

$400,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Pasco County, Florida<br />

Florida Utilities Wildcat Groves Reclaimed<br />

Water Storage and Pumping System<br />

$350,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Baker County, Florida Florida Stormwater Master Planning $300, 000 St. Johns River Water<br />

Management District<br />

CITY of Largo, Florida Florida Stormwater Quality Retrofit $750,000 Southwest Florida Water<br />

Management District<br />

St. Pete College<br />

Pinellas County,<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Wetland Enhancement and Stormwater<br />

Quality Retrofit<br />

$372,000 Southwest Florida Water<br />

Management District<br />

Approved<br />

Approved<br />

Approved<br />

Approach to Scope of Work<br />

23


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Florida<br />

City of Hollywood,<br />

Florida<br />

Central Broward<br />

Water Control<br />

District, Florida<br />

Florida Stormwater Reuse and Conservation $250,000 South Florida Water<br />

Management District<br />

Canal Water Quality Retrofit $1,000,000 South Florida Water<br />

Management District<br />

Approved<br />

Approved<br />

Available Facilities, Technology Capabilities and Other Resources<br />

KING utilizes up-to-date technology and tools that allow our engineers, ecologists, surveyors, technicians, field crews, and<br />

other professional staff work effectively and efficiently.<br />

General<br />

• 15-Ford F-150 Field Trucks<br />

• Leica High Definition Scanner 3000<br />

• Rhino 4-wheel ATVs<br />

• 1 - 14-ft jon-boat<br />

• Fisher M-Scope, FP 10 ferrous pipe detector<br />

• Ashtech Mobile Mapper 100 GIS hand held asset<br />

management data collector<br />

• JAMAR TDC -8 - Machine counter<br />

• JAMAR DB 400 – Machine counter – traffic counts only<br />

• 7 - JAMAR Trax Mite Machine Tube Counter<br />

• infrared remote video monitoring system (gopher<br />

tortoise camera)<br />

• Ground truthing equipment<br />

• Piezometer<br />

• Pressure gauges<br />

• Pressure recorder<br />

• Laptops<br />

• Shortwave radios<br />

• PDA’s<br />

• Cameras<br />

• Measuring Wheel<br />

• Safety Equipment – i.e. hard hat, safety glasses, steeltoed<br />

boots, and fluorescent vests<br />

SERVER / SYSTEMS<br />

• Microsoft SQL Server 2000 / SQL 2005<br />

• 100 Workstations (Pentium 4 2.4 to Pentium 4 3.2 Ghz)<br />

• 42 LAN / WAN servers<br />

• 6 office WAN<br />

• Network includes:<br />

• 4 – TB hard drive storage<br />

• 1 –3.3 TB LT03 tape library<br />

• – 1.2 TB LT02 tape library<br />

• 20 – DVD-RW Drives<br />

• – Citrix Metaframe XP Remote Access Server<br />

• 30 – CD – RW Drives<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• – Lotus Notes Application Server<br />

• Printers:<br />

• 1 – HP Design Jet 5000 42” color plotter<br />

• – HP Design Jet 1055 CM 1200 dpi color plotter<br />

• – HP Design Jet 1050C 1200 dpi color plotter<br />

• – OCE TDS 600<br />

• 15+ – HP laser printer<br />

• 10+ – color inkjet<br />

• Scanners: – high speed document scanners / extensive<br />

computer image enhancement of aerial photography<br />

and digital photo capabilities<br />

SOFTWARE<br />

• AutoDesk Land Development Desktop 2009/2011,<br />

Microstation Version J, Version V8I<br />

• AutoDesk 3D Studio Viz visualization software<br />

• ARC/INFO - Geographic Information System (GIS)<br />

• ARC VIEW 3.2A<br />

• ARCGIS 9.2 / 9.3 / 10.0<br />

• AUTOCAD LT 2008/2009<br />

• FSUTMS 6.1 Cube Voyager<br />

• Synchro 7.0<br />

• HCS+<br />

• Corsim 6.0<br />

• LOS Plan<br />

• CIVIL 3D 2009 / 2011<br />

• CYBERNET - Hydraulic Modeling Program<br />

• HAESTAD – PondPak 3.2/3.3<br />

• H2ONet - Hydraulic Modeling Software with the<br />

capability of performing time based water quality<br />

analyses.<br />

• HEC-1 - Army Corps of Engineers Hydrologic <strong>Engineering</strong><br />

Center Hydrologic Model<br />

• HEC-2 - Army Corps of Engineers Hydrologic <strong>Engineering</strong><br />

Center Backwater Curve Model<br />

• HYDRAFLOW<br />

• Advanced ICPR - Advanced version of ICPR includes<br />

Approach to Scope of Work<br />

24


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

explicit hydrodynamic modeling element/PERCPARK<br />

• MODRET - Mounding analysis for retention ponds<br />

• MODFLO - USGS three-dimensional model for general<br />

groundwater flow analysis<br />

• Autoturn 7.0<br />

• SWFWMD Link Watershed Waterbody Model (LWWM)<br />

• SWMM - EPA Storm Water Management Model<br />

• EXTRAN - Explicit Hydrodynamic Channel Modeling<br />

computer program<br />

• LANDAP - Land application model for spray field sizing of<br />

effluent irrigation<br />

• PRIMAVERA - Project Management and Scheduling<br />

Program / P6<br />

• SewerCAD - Hydraulic Modeling Software with the<br />

capability of performing time based sewer flow analyses.<br />

• STORM CAD 6.5<br />

• TERRA MODEL<br />

• WATER CAD V8I - Hydraulic Modeling Software with the<br />

capability of performing time based water quality<br />

analyses<br />

• Bentley Hammer V8I<br />

• FDOT 2010<br />

• Guidsign 5.0<br />

• Microsoft Access 2003/2007<br />

• AUTOCAD LT 2008/2009<br />

• COMMUNITY ANALYSIS SYSTEM- for analysis of<br />

biological collections. Modules allow for a variety of<br />

inferential statistical interpretations of raw data.<br />

• DIGIAIR - Digital Aerial Photography (2009) of the Tampa<br />

Bay Metropolitan Area<br />

• Seamless, radiometrically (color) balanced, orthorectified,<br />

spatially correct image for use as a basemap<br />

for viewing sites and site related GIS information.<br />

• LABINS - Land and Boundary Information System<br />

• FDOT DRAINAGE CONNECTION<br />

• LEGAL HOLIDAY<br />

• LEGAL AID<br />

• LOTUS NOTES<br />

• METROSCAN<br />

• MICROSOFT OFFICE 2000/2003/2007<br />

• MICROSTATION – Versions J and V8I<br />

• MINE HYDROLOGY<br />

• SITEWORK 98<br />

• SITE VISION OFFICE (Machine Control)<br />

• STATGRAPHICS - Scientific Statistical Package<br />

• SURETRAK - Project Management and Critical Path<br />

Scheduling Program<br />

• MICROSOFT PROJECT 2003/2007<br />

• SURVEY LINK<br />

• TIMELINE - Project Management and Critical Path<br />

Scheduling Program<br />

• Adobe Photo Shop CS2<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

• Adobe Illustrator CS3<br />

• CaiCe Software<br />

• Cyclone Scanning Software<br />

• Starplus Software<br />

• Google Sketch up<br />

• Land FX<br />

• M-Color 9.6<br />

• Geo Express 8.0<br />

SURVEY & MAPPING EQUIPMENT<br />

• Data Collectors<br />

• 16 TDS Ranger<br />

• 1 Husky FS/GS<br />

• Husky MP2500<br />

• Total Stations<br />

• 1 Topcon GPT 1003<br />

• Topcon GTS 225<br />

• Topcon GTS 4 Total Stations<br />

• Topcon GTS 303 Total Stations<br />

• 2 Topcon GTS 212 Total Stations<br />

• Geodimeter 600 (robotic) Total Stations<br />

• 1 Topcon GTS 500 Total Station<br />

• 1 Topcon GTS2B Theodolite with EDM<br />

• Trimble 5603 Robotic Total Stations DR 200+<br />

• 1 Trimble 5606 Total Station<br />

• 3 Focus 10 Total Stations<br />

GPS<br />

• Trimble TSC1 Survey Controllers<br />

• 2 Trimble TSC2 Survey Controllers<br />

• Trimble 4800 Dual Frequency Receivers<br />

• 3 Trimble 4700 Dual Frequency Receivers<br />

• 2 Trimble 5800 Dual Frequency Receivers<br />

• 2 Trimble 5700 Dual Frequency Receivers<br />

• 2 Trimble Trimmark IIE 35watt Base Radios<br />

• Sokkia Radian Dual Frequency Receivers<br />

• Sokkia Radian IS Dual Frequency Receivers<br />

• 5 Sokkia Stratus Single Frequency Receivers<br />

• 1 Sokkia Axis III Receiver<br />

Levels<br />

• 4 Zeiss NI2 Levels<br />

• 3 Zeiss NI3 Levels<br />

• 1 Pentax ALM5C Level<br />

• 1 Leitz - NA828 Level<br />

• 1 Topcon - PAL5C Level<br />

• 1 Wild - Topcon NA20 Level<br />

• 1 Topcon - ATG3 Level<br />

• 2 Wild - Topcon ADT2 Levels<br />

• 1 Trimble DiNi 22 Electronic Digital Level<br />

• 3 Sokkia Electronic Levels<br />

Approach to Scope of Work<br />

25


City of North Miami Beach Continuing Contract for Professional Services<br />

Approach to Scope of Work<br />

Conclusion<br />

KING has developed the foregoing approach based on the scope of engineering services contained in Request for<br />

Qualifications, field observation and our experience working with other municipalities on similar projects. We have<br />

successfully used this approach over the years and look forward to continuing this success working with the CITY of North<br />

Miami Beach. We have brought together a strong team, a defined process, and experienced leadership to assist the CITY<br />

with its water and wastewater projects.<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

Approach to Scope of Work<br />

26


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

7.1 EXHIBIT A- LIST OF PROJECTS<br />

SECTION 7.0 EXHIBITS<br />

Public Services Department<br />

RFQ for Continuing Architecture, <strong>Engineering</strong>, Planning, Surveying & Mapping Services List<br />

Department<br />

Project Name<br />

1 Community Development Planning Studies and review<br />

2 Community Development Traffic studies and review<br />

3 Community Development Concurrency review<br />

4 Community Development/CIP Bike Path Extension to Greynolds Park (MPO)<br />

5 Community Development/CIP City Facilities 40-Year Recertification<br />

6 Community Development/CIP City Facilities Renovation -(City-wide )<br />

7 Community Development/CIP City Hall Complex Repair / Replacement<br />

8 Community Development/CIP City Hall Restrooms Renovation - City Hall 4th Floor<br />

9 Community Development/CIP City Hall Restrooms Renovation -City Hall First Floor<br />

10 Community Development/CIP Eastern Shores Drainage Repair / Replacement<br />

11 Community Development/CIP<br />

Emergency Generator Installation - Fleet Management<br />

Facility<br />

12 Community Development/CIP Government Center Pavement Marking<br />

13 Community Development/CIP HVAC System assessment - all City Facilities<br />

14 Community Development/CIP McDonald Center Restrooms Renovation<br />

15 Community Development/CIP<br />

16 Community Development/CIP<br />

NE 159 Street Extension to Biscayne Blvd / Railroad<br />

crossing /closing design and traffic study<br />

NE 161 Street Roadway & Drainage Improvement -<br />

Between NE 13 Ave & NE 15 Ave<br />

Page 48 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

17 Community Development/CIP<br />

18 Community Development/CIP<br />

NE 162 Street Roadway Improvement - Between NE 12<br />

Ave & NE 16 Ave<br />

NE 165 Street Roadway Improvement - Between NE 15<br />

Ave & NE 16 Ave<br />

19 Community Development/CIP NE 173 St- Dixie Hwy Intersection re-design<br />

20 Community Development/CIP<br />

21 Community Development/CIP<br />

22 Community Development/CIP<br />

23 Community Development/CIP<br />

24 Community Development/CIP<br />

25 Community Development/CIP<br />

26 Community Development/CIP<br />

27 Community Development/CIP<br />

28 Community Development/CIP<br />

NE 167 Street & Miami Drive Roadway Improvement -<br />

Between NE 18 Avenue & NE 19 Avenue<br />

NE 167 Street Bridge - NE 167 St over the Snake Creek<br />

Canal<br />

South Glades Drive Roadway Improvement - Between NE<br />

17 Ave & NE 22 Avenue<br />

NE 171 Street Medians Landscape - Between NE 15 Ave &<br />

West Dixie Hwy<br />

NE 19 Avenue Roadway Improvement - From NE 163 St to<br />

NE 171 St<br />

NE 4 Place & NE 4 Court Roadway Improvement -<br />

Between NE 167 St & NE 168 St<br />

West Dixie Hwy - Pedestrian and Bike access to Snyder<br />

Tennis Center<br />

West Dixie Industrial District Roadway & Drainage<br />

Improvement - NE 151 St to NE 154 ST between West<br />

Dixie Hwy & Railroad track<br />

Oakgrove Traffic Calming - Miami Drive / NE 14 Avenue /<br />

NE 15 Avenue / NE 160 & NE 161 Street Intersections<br />

29 Community Development/CIP Police Facilities Repair / Replacement/PD<br />

30 Community Development/CIP<br />

Roof system assessment and replacement - all City<br />

Facilities<br />

31 Community Development/CIP Security Access Card System - all City Facilities<br />

32 Community Development/CIP Telephone System Replacement -City Hall & PD<br />

33 Community Development/CIP Windows Treatment - Police Building (3rd floor south side)<br />

34 Community Development/CIP Security Gate Replacement -Fleet Management Facility<br />

35<br />

36<br />

Community Development/CIP<br />

/PD<br />

Community<br />

Development/CIP/PD<br />

Fire Alarm and Suppression system assessment for City<br />

facilities<br />

City Hall Restrooms Renovation - City Hall Second & Third<br />

Floor<br />

Page 49 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

TRANSMISSION MAINS<br />

37 <strong>Engineering</strong> Condition assessment of mains over 40 years old<br />

38 <strong>Engineering</strong><br />

39 <strong>Engineering</strong><br />

40 <strong>Engineering</strong><br />

Sunshine State Pkwy East to Sunshine State Pkwy West<br />

on N.W. 175 st.<br />

Biscayne Blvd. between N.E. 187 st. and N.E. 193 st.<br />

eastside of Bisc.<br />

Biscayne Blvd between 183 st. and 100' north of OLETA<br />

RIVER crossing, E side of Bisc.<br />

41 <strong>Engineering</strong> Biscayne Blvd from 172 st. to 1,300 ft. north<br />

42 <strong>Engineering</strong><br />

43 <strong>Engineering</strong><br />

44 <strong>Engineering</strong><br />

45 <strong>Engineering</strong><br />

Eastside of Bisc. Blvd. between 163 st. and Snake Creek<br />

Canal<br />

Westside of Bisc. Blvd. between N.E. 159 st. and N.E. 156<br />

st.<br />

N.E. 6 ave. between N.E. 181 st. & 180 dr. to Sunshine<br />

State Parkway West (170 st.<br />

N.W. 179 st. from Myrtle Grove west to 29ct. South to<br />

Treatment Plant 16" on Eastside<br />

46 <strong>Engineering</strong> 160 st. N. Mia. Ave. to 159 st. N.W. 7 ave.<br />

47 <strong>Engineering</strong> 181 st. N.E. 19th ave. to 180 st. N.E. 6 ave.<br />

48 <strong>Engineering</strong><br />

49 <strong>Engineering</strong><br />

50 <strong>Engineering</strong><br />

51 <strong>Engineering</strong><br />

Lot 6 (ISLAND SHORES CONDO) west to eastside of<br />

Oleta River<br />

160 st. N.E. 21 ave. N to 162 st. E to eastside of Bisc. Blvd.<br />

N to 163 st.<br />

181 ST. N.E. 19th ave. N to Mia. Gardens Dr. E to Bisc.<br />

Blvd. on Mia. Gardens Dr.<br />

Crossing Intracoastal Waterway to the Strand & Golden<br />

Beach Drive<br />

52 <strong>Engineering</strong> HAULOVER PARK/BEACH<br />

53 <strong>Engineering</strong> HAULOVER BRIDGE<br />

54 <strong>Engineering</strong><br />

SOUTHSIDE of HAULOVER BRIDGE to BAL HARBOR<br />

INTERCONNECT<br />

55 <strong>Engineering</strong> N.E. 199 st. from N.E. 18 ave. east to Biscayne Blvd.<br />

Page 50 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

56 <strong>Engineering</strong><br />

57 <strong>Engineering</strong><br />

199 st. N.E. 18 ave. west to N.W. 7 ave. south to Norwood<br />

Water Plant<br />

183 st. between Bisc. Blvd. and N.E. 27th ave. inside<br />

shopping plaza CENTURY 21<br />

AERIAL PIPE CROSSINGS<br />

58 <strong>Engineering</strong> West Dixie Hwy & NE 176 St remove & replace<br />

59 <strong>Engineering</strong> Biscayne Canal & NW 27 Ave remove & replace<br />

60 <strong>Engineering</strong> Biscayne Canal & NW 32 Ave remove and replace<br />

61 <strong>Engineering</strong><br />

NE 199 St & 25 Ave (Oleta River)- Rust removal, paint &<br />

ARV<br />

62 <strong>Engineering</strong> NW 168 St & 17 Ave - paint , ARV & signs<br />

63 <strong>Engineering</strong> NW 167 St & 16 Ct- paint , ARV & signs<br />

64 <strong>Engineering</strong> Williams Island Blvd & Two Island Blvd- paint ARV & signs<br />

65 <strong>Engineering</strong> Biscayne Canal & NW 7 Ave- remove and replace<br />

66 <strong>Engineering</strong> C9 Canal & NE 182 St- provide ultraconic testing<br />

67 <strong>Engineering</strong> C9 Canal & NE 176St- provide ultrasonic testing<br />

68 <strong>Engineering</strong> C9 Canal & NE 199 St- provide ARV, paint and signs<br />

69 <strong>Engineering</strong><br />

Biscayne Canal & North Miami Ave- provide paint, ARV &<br />

signs<br />

70 <strong>Engineering</strong> Biscayne Canal & NW 17 Ave- provide paint and signs<br />

71 <strong>Engineering</strong><br />

Poinciana Drive & West of Collins ave- ultraconic testing &<br />

paint<br />

72 <strong>Engineering</strong> Atlantic Isle- provide ARV, rust removal, paint & signs<br />

73 <strong>Engineering</strong> The Srand & Golden Beach Dr- paint & sign<br />

74 <strong>Engineering</strong> Verona Ave Bridge - paint & sign<br />

Page 51 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

75 <strong>Engineering</strong> Navona Ave Bridge - remove & replace PVC)<br />

76 <strong>Engineering</strong> Biscayne Blvd & 176 St- paint & signs<br />

77 <strong>Engineering</strong> Biscayne Blvd & Snake Creek canal- paint & signs<br />

78 <strong>Engineering</strong> Oleta River & SR 826 - paint and Signs<br />

79 <strong>Engineering</strong> Bakers Haulover inlet - liner &/or replace sections<br />

80 <strong>Engineering</strong> SUBAQUEOUS PIPE CROSSINGS<br />

81 <strong>Engineering</strong><br />

INTRACOASTAL WW at STRAND CONDITION<br />

ASSESSMENT<br />

82 <strong>Engineering</strong> LEAK DETECTION PROGRAM<br />

83 <strong>Engineering</strong>/CIP NE 165 ST ROADWAY IMPROVEMENT<br />

84 <strong>Engineering</strong>/CIP COMMERCIAL ALLEYS RESURFACING CRA ONLY<br />

85 <strong>Engineering</strong>/CIP NMB BLVD-162 ST ( from 12CT-13 AVE)<br />

86 <strong>Engineering</strong>/CIP NMB BLVD ( from Miami Dr-16 Ave)<br />

87 <strong>Engineering</strong>/CIP NMB BLVD - 164 ST ( from 16-17 ave)<br />

88 <strong>Engineering</strong>/CIP NMB BLVD-164 ST (from 17-18 ave)<br />

89 <strong>Engineering</strong>/CIP South Glades Dr. -164 St (from 18-19 ave)<br />

90 <strong>Engineering</strong>/CIP North Glades Dr.-167 St (from 18-19 Ave)<br />

91 <strong>Engineering</strong>/CIP North Glades Dr.-167 St (from 19-20 Ave)<br />

92 <strong>Engineering</strong>/CIP NMB BLVD- 164 ST (from 20-21 Ave)<br />

93 <strong>Engineering</strong>/CIP West Dixie Hwy- 170 ST (from 170-171 ST)<br />

94 <strong>Engineering</strong>/CIP West Dixie Hwy- 23 Ave (from 170-171 ST)<br />

Page 52 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

95 <strong>Engineering</strong>/CIP West Dixie Hwy - 23 Ave (from 171-172 ST)<br />

96 <strong>Engineering</strong>/CIP West Dixie Hwy - 23 Ave (from 172-173 ST)<br />

97 <strong>Engineering</strong>/CIP NE 167-168 ST ( from 21-22 Ave)<br />

98 <strong>Engineering</strong>/CIP NE 161 ST ROADWAY & DRAINAGE IMPROVEMENTS<br />

99 <strong>Engineering</strong>/CIP ANNUAL STREET RESURFACING PROGRAM<br />

100 <strong>Engineering</strong>/CIP NE 167 ST & MIAMI DR. ROADWAY IMPROVEMENT<br />

101 <strong>Engineering</strong>/CIP OAKGROVE TRAFFIC CALMING 160 & 161 ST INTERS.<br />

102 <strong>Engineering</strong>/CIP ANNUAL STREET RESURFACING PROGRAM<br />

103 <strong>Engineering</strong>/CIP WEST DIXIE IND DISTRICT RDWY & DRAINAGE IMPR<br />

104 <strong>Engineering</strong>/CIP NE 162 ST ROADWAY IMPROVEMENT<br />

105 <strong>Engineering</strong>/CIP NE 171 ST MEDIAN LANDSCAPING<br />

106 <strong>Engineering</strong>/CIP GOVERNEMNT CENTER ALLEYWAYS RESURFACING<br />

107 <strong>Engineering</strong>/CIP NE 170 ST ON STREET PARKING<br />

108 <strong>Engineering</strong>/CIP NE 10 AVE ROADWAY IMPROVEMENTS<br />

109 <strong>Engineering</strong>/CIP NE 4 PL & 4 CT ROADWAY IMPROVEMENT<br />

110 <strong>Engineering</strong>/CIP ANNUAL STREET RESURFACING PROGRAM<br />

111 <strong>Engineering</strong>/CIP NE 167 ST BRIDGE OVER SNAKE CREEK CANAL<br />

112 <strong>Engineering</strong>/CIP NE 159 ST & BISCAYNE BLVD INTERSECTION<br />

113 <strong>Engineering</strong>/CIP SOUTH GLADES DR ROADWAY IMPROVEMENT<br />

114 <strong>Engineering</strong>/CIP ANNUAL STREET RESURFACING PROGRAM<br />

Page 53 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

115 <strong>Engineering</strong>/CIP NE 19 AVE ROADWAY IMPROVEMENT<br />

DEAD END ELIMINATION PROJECTS<br />

Location<br />

116 <strong>Engineering</strong>/Distributions N. Bay Rd between NE 188 St and NE 189 St.<br />

117 <strong>Engineering</strong>/Distributions<br />

In Easment between NE 188 St and NE 189 St. on N. Bay<br />

Rd.<br />

118 <strong>Engineering</strong>/Distributions NE 21 Ave. North of NE 188 Terr<br />

119 <strong>Engineering</strong>/Distributions NE 19 Ave. Alleyway between NE 171 St and NE 172 St.<br />

120 <strong>Engineering</strong>/Distributions NE 20 Ave and NE 172 St<br />

121 <strong>Engineering</strong>/Distributions NE 20 Ave and NE 173 St<br />

122 <strong>Engineering</strong>/Distributions NE 168 St. Between 18 and 19 Ave<br />

123 <strong>Engineering</strong>/Distributions NE 174 Street Between NE 19th Ave and NE 20th Ave<br />

124 <strong>Engineering</strong>/Distributions<br />

North Miami Beach Blvd. Between NE 19th Ave and NE<br />

20th Ave<br />

125 <strong>Engineering</strong>/Distributions NE 20 PL and NE 139 St<br />

126 <strong>Engineering</strong>/Distributions NE 11 AVE from NE 169 St to NE 169 Terr<br />

127 <strong>Engineering</strong>/Distributions NE 15 Ave from Ne 161 St to NE 162 St<br />

128 <strong>Engineering</strong>/Distributions NE 10 Ct. Alleyway between NE 156 St. and NE 157 St.<br />

129 <strong>Engineering</strong>/Distributions NE 10 Ave and NE 160 Terr<br />

130 <strong>Engineering</strong>/Distributions NE 10 Ave and NE 161 Terr<br />

131 <strong>Engineering</strong>/Distributions NE 162 St and NE 10 Ave<br />

132 <strong>Engineering</strong>/Distributions NE 160 Terr and NE 12 Ave<br />

Page 54 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

133 <strong>Engineering</strong>/Distributions NE 14 Ct and NE 152 Terr<br />

134 <strong>Engineering</strong>/Distributions NE 157 St between NE 14 Ct to NE 15 Ave<br />

135 <strong>Engineering</strong>/Distributions NE 162 St and NE 16 Ave<br />

136 <strong>Engineering</strong>/Distributions NE 158 St and NE 15 Ave<br />

137 <strong>Engineering</strong>/Distributions NE 11 Ave from NE 149 St to NE 150 St<br />

138 <strong>Engineering</strong>/Distributions NE 12 Ave from NE 148 St to NE 147 St<br />

139 <strong>Engineering</strong>/Distributions NE 191 St along Snake Creek Canal<br />

140 <strong>Engineering</strong>/Distributions NE 168 Terr and 3 ct<br />

141 <strong>Engineering</strong>/Distributions NE 173 St and NE 2 Ave<br />

142 <strong>Engineering</strong>/Distributions NE 2 Ave. Alleyway between NE 174 St and NE 175 St<br />

143 <strong>Engineering</strong>/Distributions NE 4 Ct and NE 174 Street<br />

144 <strong>Engineering</strong>/Distributions NE 3 Ave and NE 164 ST<br />

145 <strong>Engineering</strong>/Distributions NE 158 St and NE 2 Ave<br />

146 <strong>Engineering</strong>/Distributions NE 162 St and NE 6 Ave<br />

147 <strong>Engineering</strong>/Distributions NE 164 Street between NE 6 Ave and NE 7 Ave<br />

148 <strong>Engineering</strong>/Distributions NE 163 Street between NE 7 Ave and NE 8 Ave<br />

149 <strong>Engineering</strong>/Distributions NE 160 Street between NE 7 Ave and NE 8 Ave<br />

150 <strong>Engineering</strong>/Distributions NE 159 St between NE 2 Ave and NE 3 ave<br />

151 <strong>Engineering</strong>/Distributions NE 160 Terr between NE 4 Ave and NE 5 Ave<br />

152 <strong>Engineering</strong>/Distributions NE 5 Ave between NE 159 St and 160 St<br />

Page 55 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

153 <strong>Engineering</strong>/Distributions NE 151 St and NE 7 Ave<br />

154 <strong>Engineering</strong>/Distributions NE 152 St and NE 7 Ave<br />

155 <strong>Engineering</strong>/Distributions NE 7 Ave. Alleyway between NE 153 St and NE 154 St<br />

156 <strong>Engineering</strong>/Distributions NE 164 St and NE 8 Ave<br />

157 <strong>Engineering</strong>/Distributions NE 151 Street and N. Spur Drive<br />

158 <strong>Engineering</strong>/Distributions NE 2 Ave south of NE 148 Street<br />

159 <strong>Engineering</strong>/Distributions<br />

Between NW 2 Ave and NE 3 Ave. Alon Snake Creek<br />

Canal<br />

160 <strong>Engineering</strong>/Distributions NW 183 terr and North Miami Ave<br />

161 <strong>Engineering</strong>/Distributions NE 185 Terr and NE 1 Ct<br />

162 <strong>Engineering</strong>/Distributions NE 1 Ct and NE 187 St<br />

163 <strong>Engineering</strong>/Distributions NW 164 St West of N. Miami Ave<br />

164 <strong>Engineering</strong>/Distributions NW 164 St East of N. Miami Ave<br />

165 <strong>Engineering</strong>/Distributions NW 165 St and N. Miami Ave<br />

166 <strong>Engineering</strong>/Distributions NW 17 Ave and NW 173 St<br />

167 <strong>Engineering</strong>/Distributions NW 17 Ave 175 St<br />

168 <strong>Engineering</strong>/Distributions NW 15 AVE between NW 163 St and NW 159 St<br />

169 <strong>Engineering</strong>/Distributions NW 15 AVE between NW 155 Terr and NW 159 St<br />

170 <strong>Engineering</strong>/Distributions NW 16 Drive and NW 12 Ave<br />

171 <strong>Engineering</strong>/Distributions NW 15 Drive and NW 13 Ave<br />

172 <strong>Engineering</strong>/Distributions NW 168 Terr between NW 29 Ave and NW 30 Ave<br />

Page 56 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

173 <strong>Engineering</strong>/Distributions NW 30 Ave between NW 171 st to NW 170 St<br />

174 <strong>Engineering</strong>/Distributions NW 171 St from NW 29 Ave to NW 28 Ave<br />

175 <strong>Engineering</strong>/Distributions<br />

NW 27 Ave and NW 163 St (Approx 350 FT South of<br />

intersect)<br />

176 <strong>Engineering</strong>/Distributions NW 27 Ave and Biscayne Canal<br />

ALLEYWAYS IMPROVEMENTS<br />

177 <strong>Engineering</strong>/Distributions Alleyways 2" water main replacements phase 9<br />

178 <strong>Engineering</strong>/Distributions Commercial alleyways<br />

FIREFLOW IMPROVEMENTS<br />

179 <strong>Engineering</strong>/Distributions Ne 172 St fireflow improvement ( 9-10 Ave)<br />

180 <strong>Engineering</strong>/Distributions NW 1 Ave fireflow improvements ( 128-135 St)<br />

181 <strong>Engineering</strong>/Distributions Myrtle Grove Fireflow Improvements NW 171 St<br />

182 <strong>Engineering</strong>/Distributions Ne 157 Terr Fireflow Improvements (18-19 Pl)<br />

183 <strong>Engineering</strong>/Distributions Nw 15 Dr Fireflow Improvements (143-147 St)<br />

184 <strong>Engineering</strong>/Distributions North Glades Dr. (NE 170- 173 St)<br />

185 <strong>Engineering</strong>/Distributions NW 183 St & NW 2 Ave<br />

186 <strong>Engineering</strong>/Distributions NW 159 St between NW 2 Ave and N. Miami Ave<br />

187 <strong>Engineering</strong>/Distributions NW 167 St from NW 19 ave to NW 20 Ave<br />

188 <strong>Engineering</strong>/Distributions NW 161 St between NW 2 Ave and N. Miami Ave<br />

189 <strong>Engineering</strong>/Distributions NW 15 AVE between NW 163 St and NW 159 St<br />

190 <strong>Engineering</strong>/Distributions Nw 27 Ave ( 151-154 St)<br />

Page 57 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

191 <strong>Engineering</strong>/Distributions NW 155 Dr /13 Ave railroad xing in exist casing<br />

192 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 6 - Sunray East<br />

193 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 7 - Sunray West<br />

194 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 8 - Norwood<br />

195 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 9 - North Biscayne Gardens<br />

196 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 10 - Honey Hill<br />

197 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 11- Norland<br />

198 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 12- South Biscayne Gardens<br />

199 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 13- St- Thomas Univ<br />

200 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 14- Bell Gardens<br />

201 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 15- Fulford Highlands<br />

202 <strong>Engineering</strong>/Distributions Fire Hydrants Phase 16- Oak Grove<br />

SYSTEM BETTERMENT PROJECTS (


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

209 <strong>Engineering</strong>/Distributions SR 826 LANDSCAPING<br />

210 <strong>Engineering</strong>/Distributions SR 7 LANDSCAPING<br />

211 <strong>Engineering</strong>/Distributions SR 826 TRAFFIC SIGNALS<br />

212 <strong>Engineering</strong>/Distributions SR 826 TRAFFIC SIGNALS<br />

213 <strong>Engineering</strong>/Distributions TURNPIKE RESURFACING<br />

214 <strong>Engineering</strong>/Distributions SR 7 RESURFACING<br />

215 <strong>Engineering</strong>/Distributions<br />

SR 860 ( MIAMI GARDENS DR) INTERSECTION<br />

IMPROVEMENT<br />

216 <strong>Engineering</strong>/Distributions SR 856 WILLIAM LEHMAN CAUSEWAY RES.<br />

217 <strong>Engineering</strong>/Distributions SR 915 (NE 6 AVE) RESURFACING<br />

218 <strong>Engineering</strong>/Distributions I-95 LANDSCAPING<br />

219 IT Dept.<br />

City Hall IT Server Room - Design for new space with Fire<br />

Suppression and dedicated A/C<br />

220 Leisure Services Pat Mishcon Field - Turf Field<br />

221 Leisure Services Allen Park Tot Lot Playground Equipment Replacement<br />

222 Leisure Services Highland Village Recreation Center Expansion<br />

223 Leisure Services<br />

Highland Village Tot Lot Playground Equipment<br />

Replacement<br />

224 Leisure Services Littman Park Tot Lot Playground Equipment Replacement<br />

225 Leisure Services Littman Theater - Remodeling Dressing Rooms<br />

226 Leisure Services Parks & Recreation Facilities Repair / Replacement<br />

227 Leisure Services Sky Lake Tot Lot<br />

228 Leisure Services Taylor Park - Phase I<br />

Page 59 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

229 Leisure Services Taylor Park Expansion - Phase III<br />

230 Leisure Services Uleta Phase II (Ballfields Renovations)<br />

231 Leisure Services Uleta Phase III (Pool, Tot Lot and Bathhouse)<br />

232 Leisure Services Victory Pool Bathrooms Renovation<br />

233 Leisure Services Victory Pool Water Feature<br />

234 Leisure Services Washington Expansion- Phase IV<br />

235 Leisure Services Washington Park Expansion- Phase I<br />

236 Leisure Services Washington Park Expansion- Phase III<br />

237 Leisure Services YES -Government Center Tot Lot<br />

238 Leisure Services<br />

Connectivity study for Bike Paths/ Trails throughout the<br />

City<br />

239 Meters METER Replacement Program<br />

240 Wastewater Annual report<br />

241 Wastewater SSES report<br />

242 Wastewater Norwood Water Wellfield protection report.<br />

243 Wastewater Inflow and Infiltration<br />

244 Wastewater Major Sewer Rehabiltation<br />

245 Wastewater GRINDER PUMPS REPLACEMENTS<br />

246 Wastewater COLLECTION SYSTEM REHABILITATION ( I & I )<br />

247 Wastewater PUMP STATION REHABILITATIONS (under designing)<br />

248 Wastewater FORCE MAIN REPLACEMENTS (under designing)<br />

Page 60 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

249 Wastewater FLOW METER AT KIMCO<br />

250 Wastewater<br />

FORCE MAIN INSTALLATION NORWOOD TO HONEY<br />

HILL<br />

251 Wastewater INSTALLATION OF TRANSDUCERS AT ALL STATIONS<br />

252 Wastewater<br />

253 Wastewater<br />

INSTALLATION OF ISOLATION VALVES IN BISCAYNE<br />

BLVD ( COSTCO & KOA)<br />

PURCHASE OF STANDBY GENERATOR FOR WW<br />

ADMIN BLDG<br />

254 Wastewater Televised Inspections of Gravity Sanitary Sewers<br />

255 Wastewater WW VSCO Requirement<br />

WATER PLANT<br />

256 WATER PLANT General engineering services for water treatment plant<br />

257 WATER PLANT Water Supply Planning Update<br />

258 WATER PLANT Electrical engineering services for water treatment plant<br />

259 WATER PLANT SCADA and Instrumentation services<br />

260 WATER PLANT Deep Injection Well permitting, mechanical integrity testing<br />

261 WATER PLANT Membrane water treatment system expansion<br />

262 WATER PLANT<br />

Bidding, construction services for Myrtle Grove storage<br />

tank improvement and pump station<br />

263 WATER PLANT WTP expansion punchlist item<br />

264 WATER PLANT 1500 KW generator permenant installation, MCC 5 repl<br />

265 WATER PLANT Membrane replacement set aside<br />

266 WATER PLANT Wells 1F, 2F, and 4F acid treatment<br />

267 WATER PLANT SCADA Improvement<br />

Page 61 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

268 WATER PLANT Filter Media replacement/improvements<br />

269 WATER PLANT Annual Well Rehab<br />

270 WATER PLANT High Service Pump Replacement<br />

271 WATER PLANT Transfer Pump Reoplacement<br />

272 WATER PLANT Critical spareparts<br />

273 WATER PLANT Remote monitoring system<br />

274 WATER PLANT Certified scale for chemical truck measuring<br />

275 WATER PLANT Membrane Control System Server replacement<br />

276 WATER PLANT Thermal Image camera<br />

277 WATER PLANT Ultrasonic Meter for pacing lime slake feed control<br />

278 WATER PLANT RO and Nano Degasifier system cleaning system<br />

279 WATER PLANT Saveall tank bridges with pumps and level sensors<br />

280 WATER PLANT Filter valve acuator replacement<br />

281 WATER PLANT Water Storage Tank inspection and rehab<br />

282 WATER PLANT New High Service Pump 5314<br />

283 WATER PLANT Rebuild HSP 5311 and HPP 3331<br />

284 WATER PLANT Lime Slake #2 replacement<br />

285 WATER PLANT Maintenance shop and warehouse<br />

286 WATER PLANT add RO pressure vessel and membrane (1.5 MG)<br />

287 WATER PLANT Deep Injection Well Mechincal Integrity Test<br />

Page 62 of 69


RFQ No. 2012-10 Continuing Contract for Professional Services<br />

288 WATER PLANT SCADA client computer replacement<br />

289 WATER PLANT AC replacement for MCC2 room<br />

290 WATER PLANT MCC 3 replacement<br />

291 WATER PLANT Norwood Site improvements<br />

292 WATER PLANT Misc Electrical Improvements<br />

293 WATER PLANT Small equipments (Turbidity, pH, SDI, etc)<br />

294 WATER PLANT HYDROGUARD INSTALLATIONS<br />

295 WATER PLANT SAMPLING POINT DEVICES<br />

296 WATER PLANT SECURITY ENHANCEMENTS<br />

297 WATER PLANT AMR Phase I-SRF WATER PROJECTS<br />

298 WATER PLANT VOC Phase - Phase II-SRF WATER PROJECTS<br />

299 CRA Way finding Signage<br />

300 CRA Environmental Analysis<br />

301 CRA Planning/Project Development<br />

302 CRA Site Planning Design& processing<br />

Page 63 of 69


Construction Management &<br />

Inspection Services<br />

Water and Sewer Department<br />

3071 SW 38th Avenue<br />

Miami, Florida 33133<br />

Preliminary Evaluation Prior to Design and/or<br />

Other Upgrades to the MDWASD<br />

Sanitary Sewer System within the<br />

City of Miami Springs, Florida<br />

ER No. S048414, RPQ #P0038<br />

December 2010<br />

<strong>King</strong> <strong>Engineering</strong> <strong>Associates</strong>, <strong>Inc</strong>.<br />

8390 NW 53rd Street<br />

Suite 200<br />

Doral, Florida 33166<br />

Phone: (305) 392-9979<br />

<strong>King</strong><br />

ENGINEERING ASSOCIATES, INC.<br />

Project No. EDP-2011-D-R<br />

Agreement No. EDP-WS-138<br />

W W W . K I N G E N G I N E E R I N G . C O M


MIAMI‐DADE WATER AND SEWER DEPARTMENT<br />

Project No. EDP 2011‐D‐R<br />

Construction Management and Inspection Services for the<br />

“Preliminary Evaluation Prior to Design and/or Other Upgrades to<br />

the MDWASD Sanitary Sewer System within the City of Miami<br />

Springs, Florida”<br />

EXECUTIVE SUMMARY REPORT<br />

December 24, 2010<br />

Miami‐Dade Water and Sewer Department<br />

3071 SW 38 th Avenue<br />

Miami, Florida 33133<br />

Prepared By:<br />

8390 NW 53RD STREET<br />

SUITE 200<br />

DORAL, FL 33166<br />

Phone: (305) 392‐9979


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

ACKNOWLEDGMENTS<br />

The work completed as part of this project reflects the joint team effort of the Miami-Dade Water and Sewer<br />

Department (MDWASD) staff, Reynolds Inliner LLC (Reynolds), and the members of the <strong>King</strong> <strong>Engineering</strong><br />

<strong>Associates</strong>, <strong>Inc</strong>. (<strong>King</strong>) SSES team.<br />

The cooperation and professionalism demonstrated by MDWASD staff was key to the successful completion of<br />

this project. We gratefully acknowledge the special contributions of the following MDWASD staff:<br />

Mr. Rod Lovett - Chief, Wastewater Collection & Transmission Line Division<br />

Mr. Joe Mazzarese - Water Distribution Supervisor, TV & Grout South Unit (Retired)<br />

Mr. Larry Decker - Assistant Superintendent, Inspection Section<br />

Mr. Ini Roberts - Engineer 2, Evaluation / Review Section<br />

Mr. James Saren - Assistant Superintendent, M & R Section<br />

Mr. Juan Bedoya - Water Distribution Supervisor, TV & Grout North Unit<br />

Ms. Maria Morejon - Administrative Secretary<br />

Mr. Al Galambos - Chief, Pump Station Maintenance Division<br />

Mr. Rey Urquiola - Assistant Superintendent, Pump Station Division<br />

Mr. Charles Sutton - Assistant Superintendent, Pump Station Division<br />

Mr. Jorge Montier - Operations and Maintenance Supervisor, Pump Station Division<br />

Mr. Ralph Garcia - Plant Mechanic, Pump Station Division<br />

Finally, the following Reynolds personnel are gratefully acknowledged for their contribution to the project.<br />

These include:<br />

Rick Cooper, Branch Manager<br />

William Rivera, Project Manager<br />

Radhames Mejia, Operations Manager<br />

i


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

TABLE OF CONTENTS<br />

ACKNOWLEDGMENTS ......................................................................................................................................... i<br />

INTRODUCTION ................................................................................................................................................... 5<br />

i. Background ................................................................................................................................................ 5<br />

ii. Purpose ...................................................................................................................................................... 6<br />

iii. Scope ......................................................................................................................................................... 6<br />

INSPECTION METHODOLOGY AND RESULTS ................................................................................................ 8<br />

i. Manhole Cleaning and Inspection ............................................................................................................. 8<br />

ii. Pump Station Cleaning and Inspection ..................................................................................................... 9<br />

iii. Sewer Gravity Main Cleaning and CCTV Inspection ................................................................................. 9<br />

iv. Smoke Testing ......................................................................................................................................... 10<br />

RECOMMENDATIONS ....................................................................................................................................... 15<br />

i. Manhole Repair Recommendation .......................................................................................................... 15<br />

ii. Sewer Gravity Main Repair Recommendation ........................................................................................ 15<br />

PLANNING LEVEL OPINION OF PROBABLE CONSTRUCTION COST .......................................................... 17<br />

Appendix “A” ........................................................................................................................................................ 18<br />

Atlas Correction Forms (One sample page included only / Total Pages 11) .................................................. 18<br />

Appendix “B” ........................................................................................................................................................ 20<br />

Manholes with Defects (One sample page included only / Total Pages 2) .................................................... 20<br />

Appendix “C” ....................................................................................................................................................... 22<br />

PS Inspection Forms (One sample page included only / Total Pages 17) ..................................................... 22<br />

Appendix “D” ....................................................................................................................................................... 24<br />

MDWASD Television Observation Codes ...................................................................................................... 24<br />

Appendix “E” ........................................................................................................................................................ 26<br />

Defects Identified Via CCTV Classified by Basin (One sample page included only / Total Pages 4) ............ 26<br />

Appendix “F” ........................................................................................................................................................ 28<br />

Detailed Listing of Work Performed (One sample page included only / Total Pages 10) .............................. 28<br />

Appendix “G” ....................................................................................................................................................... 29<br />

CD-ROM Containing Office Databases (Not included) ................................................................................... 29<br />

Appendix “H” ....................................................................................................................................................... 30<br />

Additional Quantities and Amount per Bid Item .............................................................................................. 30<br />

Appendix “I” ......................................................................................................................................................... 32<br />

MDWASD Repair Criteria and Technology Guidelines (Not included) ........................................................... 32<br />

Appendix “J” ........................................................................................................................................................ 33<br />

Manhole Repair Planning Level Opinion of Probable Construction Cost (One sample page included only /<br />

Total Pages 4) ................................................................................................................................................. 33<br />

Appendix “K” ........................................................................................................................................................ 35<br />

1


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Mainline Repair Planning Level Opinion of Probable Construction Cost (One sample page included only /<br />

Total Pages 18) ............................................................................................................................................... 35<br />

Appendix “L” ........................................................................................................................................................ 37<br />

Special Line Segments (Not included) ............................................................................................................ 37<br />

Appendix “M” ....................................................................................................................................................... 38<br />

Repair Recommendations for MHs, Laterals, and Mainlines classified by Basin (One sample page included<br />

only / Total Pages 4) ....................................................................................................................................... 38<br />

Appendix “N” ....................................................................................................................................................... 40<br />

Summary of Bid Costs .................................................................................................................................... 40<br />

2


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

EXECUTIVE SUMMARY<br />

As part of the ongoing infiltration and inflow (I/I) Program, MDWASD performs inspections of at least 10% of its<br />

sewer collection system each year in order to comply with Miami-Dade County Code Section 24-42.2(1)(a).<br />

MDWASD has decreased treatment plant average daily flows over the last 14 years with an effective I/I<br />

program. The City of Miami Springs’ water and sewer system was recently acquired by MDWASD. The City’s<br />

sewer collection system was mostly installed in the early 1970’s and currently contributes I/I to MDWASD’s<br />

collection system. <strong>King</strong> was retained in support of the City‘s SSES program to perform construction<br />

management and inspection services and provide repair recommendations for all identified defects.<br />

The City’s’ sewer collection system is comprised of approximately 46 miles of gravity mains, 17 pump stations,<br />

and 925 manholes. Originally, basins 1233, 1235, 1240, 1242, 1245, 1246, 1247, and 1249 did not comply<br />

with the Miami-Dade County Code Section 24-42.2(1)(d) maximum I/I requirement of 5,000 GPD/dia-inch/mile.<br />

These basins were prioritized under the Volume Sewer Customer Ordinance (VSCO). In addition, the City’s<br />

sewer collection system lies within the limits of the Wellfield Protection area (Cone of Influence), so special<br />

attention must be paid to reducing or eliminating leakage from the sewer system. This project serves the dual<br />

purpose of cleaning the entire system and identifying the sources of I/I as well as eliminating potential sources<br />

of contamination to the drinking water wells in the vicinity.<br />

The project included manhole cleaning and inspection, pump station wet well cleaning and inspection, sewer<br />

gravity main cleaning and CCTV inspection, and smoke testing. This project is the first of a two step process<br />

to reduce I/I. In accordance with MDWASD’s guidelines, the project helps to identify specific repairs through<br />

the manhole, pump station, and CCTV inspections. The smoke testing identifies potential sources of I/I that<br />

need further investigation to determine exactly which repairs may be needed. In addition, the smoke testing<br />

helps to identify potential sources of I/I located outside of the publicly owned facilities. The second portion of<br />

the project includes the repair of the identified defects.<br />

The SSES found the following defects within the sewer collection system:<br />

• 145 defects during manhole inspections.<br />

• 13,106 defects during CCTV inspections.<br />

• 482 defects during smoke testing.<br />

• No visible defect during pump station inspections.<br />

Cleaning, inspection, and smoke testing procedures were conducted in accordance with the contract<br />

specifications while minimizing inconvenience to residents. All defects identified were logged into a database<br />

provided by MDWASD and repair recommendations were determined using MDWASD’s Repair Criteria and<br />

Technology Guidelines. Ultimately, eight priority basins were again identified under the VSCO. It was found<br />

that basins 1240 and 1242 no longer classify as VSCO. Basins 1236 and 1243, however, are now beyond the<br />

permittable threshold of I/I. As currently done, MDWASD will repair all defects identified in the sewer collection<br />

system in order to eliminate the estimated 4.28 MGPD of I/I. Table 1 below provides the estimated I/I for each<br />

basin as estimated by MDWASD based on the results of this investigation and sorted by GPD/diameterinch/mile.<br />

3


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

MDWASD<br />

Basin #<br />

No. of<br />

Lines<br />

Wet Net<br />

Flow 2010<br />

(gpm)<br />

TABLE 1<br />

TOTAL I/I PER BASIN<br />

Dry Net<br />

Flow 2010<br />

(gpm)<br />

Average Flow<br />

(gpm)<br />

Length (ft)<br />

Diameter-<br />

<strong>Inc</strong>h/Mile<br />

GPD/Diameter-<br />

<strong>Inc</strong>h/Mile<br />

1249* 5 76 7 41.5 565 1.38 43,219.53*<br />

1246* 10 77 98 87.5 1,372 3.22 39,167.85*<br />

1233* 131 2,378 690 1,534 35,880 97.56 22,641.12*<br />

1247* 10 68 11 39.5 1,206 2.83 20,115.26*<br />

1243* 20 138 9 73.5 5,715 13.40 7,898.54*<br />

1245* 10 25 14 19.5 1,839 4.31 6,512.21*<br />

1235* 16 52 23 37.5 3,212 8.25 6,547.02*<br />

1236* 203 768 246 507 50,952 123.45 5,913.78*<br />

1237 58 138 92 115 16,506 41.11 4,028.43<br />

1242 38 83 50 66.5 11,740 29.47 3,249.14<br />

1234 270 375 356 365.5 68,344 181.13 2,905.78<br />

1240 43 55 31 43 11,227 26.46 2,340.51<br />

1241 34 25 23 24 9,234 21.65 1,596.24<br />

1244 37 20 18 19 10,482 24.58 1,113.23<br />

1238 11 0 5 2.5 3,097 7.26 495.76<br />

1239 25 0 0 0 6,853 16.07 0<br />

1248 13 0 0 0 2,089 6.13 0<br />

*Basins not meeting the 5,000 GDP/diameter-inch/mile required by Miami-Dade County Code Section 24-42.2(1)(d)<br />

4


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

INTRODUCTION<br />

i. Background<br />

MDWASD acquired the City of Miami Springs water and sewer collection system in September 2008.<br />

The system is comprised of approximately:<br />

• 46 miles of sewer gravity mains, consisting of 8-inch to 24-inch diameter vitrified clay pipe<br />

(VCP), polyvinylchloride (PVC), cast iron (CI), ductile iron (DI), polyethylene (PE), and<br />

composite (i.e. lined pipes)<br />

• 17 pump stations<br />

• 925 sewer manholes<br />

A map of the City and its corresponding sewer gravity basins is shown below in Figure 1.<br />

Figure 1. City of Miami Springs and Sewer Gravity Basins<br />

A sanitary sewer evaluation survey (SSES) is typically performed on a collection system to identify the<br />

sources of infiltration and inflow and compare the cost of the repairs to the cost of treatment.<br />

Infiltration is groundwater that enters the sewer collection system through holes, breaks, joint failures,<br />

connection failures and other openings. Infiltration responds directly to groundwater levels, and is thus<br />

at its highest during the rainy season with its peak typically in October, and especially following<br />

significant rain events when the ground becomes saturated.<br />

Inflow is direct runoff that enters the collection system through illegal or improper connections (such as<br />

roof drains and catch basins) or through faulty, poorly sealed, or missing manhole covers and/or<br />

laterals clean out caps. Inflow contributes a significant amount of pollutants, especially during rain<br />

events following dry spells. Grease, oils, pesticides, and other pollutants are flushed from the surfaces<br />

where they have been accumulating into the sewer collection system. Thus, inflow increases peak<br />

5


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

flows to the treatment plant as well as pollutant load. Figure 2 depicts a schematic of different sources<br />

of I/I.<br />

Figure 2. I/I Sources<br />

Source: http://www.kingcounty.gov/environment/wastewater/II/What.aspx<br />

ii.<br />

Purpose<br />

To help meet the criteria outlined in Miami-Dade County Code Section 24.42.2, MDWASD<br />

implemented a sewer collection system I/I program for the City of Miami Springs to reduce total system<br />

flows to the treatment facilities. The I/I program included manhole cleaning and inspection, pump<br />

station cleaning and inspection, gravity main cleaning and video TV, and smoke testing to identify all<br />

defects contributing to I/I in the system and to recommend repairs for these defects. Future projects<br />

will repair the defects identified by this investigation.<br />

A successful I/I program reduces peak flows to treatment facilities, allowing for better management of<br />

sewage flows into the system, and reducing treatment costs. It is an essential component of proper<br />

sewer management practices and ultimately reduces pollution due to treatment plant overflow in the<br />

event of large rain events that typically overload the treatment facility with I/I flows.<br />

iii. Scope<br />

<strong>King</strong> was retained by MDWASD to provide Construction Management and field services for the<br />

“Preliminary Evaluation Prior to Design and/or Other Upgrades to the MDWASD Sanitary Sewer<br />

system within the City of Miami Springs, Florida” Project. The contractor for the project was Reynolds.<br />

The project has been divided into three (3) subtasks. Each of the subtasks details the specific Scope<br />

of Services and is broken as follows:<br />

6


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

• Project Management/Administration<br />

Monthly status reports were provided to MDWASD throughout the project in order to monitor<br />

progress versus the project schedule.<br />

• Field Services<br />

1. Monitored and documented the pipe cleaning and closed circuit TV (CCTV) inspection<br />

of the MDWASD sewer collection system by the Contractor for compliance with the<br />

project Specifications.<br />

2. Monitored and documented the inspection of the manholes contained within the<br />

MDWASD sewer collection system by the Contractor for compliance with the project<br />

Specifications.<br />

3. Monitored and documented the smoke testing of the MDWASD sewer collection<br />

system by the Contractor for compliance with the contract specifications.<br />

4. Documented and reported any discrepancies found on the MDWASD provided Sewer<br />

Atlas Maps on the Department's Atlas Correction Forms.<br />

• Construction Management/Office Support Services<br />

<strong>King</strong> was responsible for reviewing the video inspection recordings and providing repair<br />

recommendations according to MDWASD’s Repair Criteria and Technology Guidelines. Work<br />

order issuances were coordinated with the contractor.<br />

7


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

INSPECTION METHODOLOGY AND RESULTS<br />

MDWASD provided copies of their seven standard inspection and recommendation databases for use during<br />

the project. These are:<br />

• TV Field and Office<br />

• MH Field and Office<br />

• ST Field and Office<br />

• Repair Recommendation<br />

Upon completion of the inspection of each pipeline segment and manhole, Reynolds entered inspection data<br />

into the appropriate database for CCTV inspections, manhole inspections, and smoke testing using their<br />

specified coding of defects included in the respective databases. Pump station inspection data was provided<br />

on the manhole inspection forms. The field data was then reviewed by <strong>King</strong> for data compilation and repair<br />

recommendation. The following sections outline the specific process followed for each type of inspection.<br />

i. Manhole Cleaning and Inspection<br />

Before cleaning the gravity sewer lines, manholes were pressure cleaned and inspected using<br />

MDWASD’s manhole inspection form. In addition, photos were taken to document the manhole<br />

conditions. All inspections were visual from the top of the manhole without entry. A spotlight was<br />

used to assist with the inspection when needed. In addition to the 912 manholes that were originally<br />

identified to be cleaned and inspected, 11 new manholes were identified in the field, cleaned, and<br />

inspected bringing the total to 923 manholes. The location and other pertinent data for each of the 11<br />

additional manholes were documented using the MDWASD’s atlas correction form. Appendix A<br />

contains a copy of each of these forms.<br />

Inspection of the manhole components was performed to assess the condition of the cover, frame,<br />

frame seal, chimney, cone, wall, bench, channel, and cover insert. As required by the contract<br />

specifications, Reynolds prepared written field reports that were subsequently reviewed and verified<br />

prior to entering the inspection findings into the manhole inspection database.<br />

The results of the inspections show that 120 manholes had defects (see Appendix B). As shown in<br />

Table 2, the majority of the defects occurred in basins 1233, 1234, and 1236, and consisted primarily<br />

of frame seals and missing cover inserts.<br />

8


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin No.<br />

Defective<br />

Manholes<br />

Cover<br />

Condition<br />

Frame<br />

Condition<br />

TABLE 2<br />

MANHOLE DEFECTS SUMMARY<br />

Frame<br />

Seal<br />

Condition<br />

Chimney<br />

Condition<br />

Cone<br />

Condition<br />

Wall<br />

Condition<br />

Bench<br />

Condition<br />

Channel<br />

Condition<br />

Insert<br />

Condition<br />

1233 31 0 3 1 4 4 7 4 1 21<br />

1234 17 0 2 13 0 0 0 1 0 2<br />

1235 1 0 0 0 0 0 0 0 0 1<br />

1236 31 0 3 22 7 1 1 0 0 0<br />

1237 4 0 3 0 0 0 0 0 0 1<br />

1238 1 0 0 0 0 0 0 0 0 1<br />

1240 2 0 0 1 0 0 0 0 0 1<br />

1242 1 0 0 0 0 0 0 0 1 0<br />

1244 1 0 0 0 0 0 0 0 0 1<br />

1245 6 0 0 0 0 0 2 0 0 5<br />

1246 5 0 0 0 0 1 3 0 0 3<br />

1247 7 0 0 3 0 0 1 0 0 7<br />

1248 10 0 0 0 0 0 0 0 0 10<br />

1249 3 0 0 0 0 0 0 0 0 3<br />

Subtotal 120 0 11 40 11 6 14 5 2 56<br />

Total Defects 145<br />

ii.<br />

Pump Station Cleaning and Inspection<br />

Pump station wet well cleaning and inspection was performed in compliance with MDWASD’s contract<br />

specifications. MDWASD personnel assisted with every inspection by coordinating access to pump<br />

stations and operating the electrical panel to lower the water level for better visibility during the<br />

cleaning and inspection. In addition, Reynolds used air plugs to momentarily shut down the incoming<br />

flow, and placed a Vac-Con catch basin nozzle on the bottom of the wet well for suction purposes<br />

while pressure cleaning. The pump station wet well and each pipeline connection were visually<br />

observed with the use of a spotlight, as needed. Wet wells were observed for infiltration and general<br />

overall condition. The findings were documented on MDWASD’s inspection form. A copy of each<br />

inspection form is included in Appendix C. In general, wet wells appeared to be in good condition with<br />

no visible defects.<br />

iii. Sewer Gravity Main Cleaning and CCTV Inspection<br />

All gravity sewer main lines were cleaned using a jet-type pressure cleaner before closed-circuit<br />

televising (CCTV). To aid in the CCTV inspection, the jet-type pressure cleaner was kept inside the<br />

pipe to remove any additional debris or obstruction and minimize standing water in order to improve<br />

the visibility of the camera. In accordance with contract specifications, all reasonable efforts were<br />

made to fully view the entire pipe segment from the upstream manhole to the downstream manhole.<br />

Occasionally, obstruction or equipment limitations required a reverse set up at the next manhole to<br />

fully view the entire pipe segment. In addition, removal of obstructions, and/or location and exposure<br />

of manholes were necessary in some cases in order to have access to the sewer system. Reynolds<br />

performed the CCTV inspection and data recording in accordance with Section 6.00 of the contract<br />

specifications. The inspections of the gravity sewer mains generated a video and a TV log per line<br />

segment. Each video was reviewed in its entirety to confirm data was collected and identified<br />

thoroughly and consistently using the MDWASD’s Television Observation Codes (Appendix D). The<br />

list of defects found is summarized in Table 3 and is presented in greater detail, including a breakdown<br />

of defects by basin, in Appendix E.<br />

9


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

TABLE 3<br />

DEFECTS IDENTIFIED VIA CCTV<br />

Defect Code Definition Count<br />

13 Light Roots 5548<br />

19 Joint / Infiltration 2521<br />

53 Conn. Infiltration 1427<br />

20 Cracked Joint 1321<br />

37 Deposits 625<br />

25 Circular Crack 457<br />

33 Sag in Pipe 441<br />

14 Medium Roots 230<br />

15 Heavy Roots 139<br />

22 Mineral Deposits 106<br />

26 Longitudinal Crack 50<br />

47 Connection w/defect 38<br />

21 Separated Joint 30<br />

16 Moderate Offset 28<br />

27 Open Crack 25<br />

30 Hole in Pipe 24<br />

38 Grease 20<br />

28 Broken Pipe 18<br />

46 Break-in-Connection 18<br />

17 Severe Offset 10<br />

23 Gasket Exposed 10<br />

39 Liner Defect Began Observation 7<br />

40 Liner Defect End Observation 5<br />

36 Corrosion 4<br />

48 Sectional Liner w/defect 2<br />

18 Misaligned Joint 1<br />

60 Liner Connection Defect 1<br />

Total 13,106<br />

Review of the CCTV inspections indicates that the majority of the visible pipeline defects include light<br />

root intrusion, joint problems with active infiltration, lateral infiltration at connection to the mainline, and<br />

cracked joints.<br />

iv. Smoke Testing<br />

Smoke testing was done in compliance with MDWASD’s contract specifications. A HURCO<br />

SMK1811-LS smoke blower was used in conjunction with HURCO Liquid-Smoke to force smoke<br />

through the isolated segment being tested. As a result of the smoke testing, Reynolds identified<br />

potential inflow sources such as illegal storm sewer cross-connections, roof leaders, yard and area<br />

drains, abandoned building sewers, pipe structural damage, leaking joints, and faulty service<br />

connections for further investigation and/or repair.<br />

Prior to the commencement of any smoke testing, the Contractor notified residents a minimum of 72<br />

hours in advance with door hangers containing contact and project related information. Every effort<br />

was made to minimize inconvenience to the public, and resident concerns were addressed in a<br />

courteous, professional, and timely manner. A summary of the calls received from residents and the<br />

action taken in response is outlined in Table 4.<br />

10


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

TABLE 4<br />

RESIDENT CALL LOG<br />

Date Name Address Resident Concern/Action Taken<br />

10/19/2010 Gladys Sainz<br />

751 Falcon Aging mother needs her there during test. Resident was notified 1<br />

Avenue hour prior to testing, per request. (10/20/2010)<br />

10/19/2010 Jim Saren<br />

10/19/2010 Raul Cuan<br />

10/20/2010 William Groves<br />

10/20/2010 Paula Camacho<br />

11/17/2010 Hayde Segarra<br />

11/18/2010 Barbara Batista<br />

11/22/2010 Antonio Martinez<br />

11/24/2010 Joell McGee<br />

11/29/2010 Carol Martinez<br />

11/30/2010 Carlos Perera<br />

11/30/2010 Alvaro Gutierrez<br />

12/02/2010 Pat Armstrong<br />

12/02/2010 Caridad Mora<br />

12/02/2010 Alex Szeelkan<br />

12/03/2010 Tomasa Del Val<br />

12/09/2010 Antonia Gando<br />

800 block of<br />

Falcon<br />

Avenue<br />

564 Mokena<br />

Drive<br />

1201 Plover<br />

Avenue<br />

1175<br />

Meadowlark<br />

Avenue<br />

361<br />

Rosedale<br />

Drive<br />

369 Corydon<br />

Drive<br />

130 Curtiss<br />

Parkway<br />

500 Curtiss<br />

Parkway<br />

101 Navarre<br />

Drive<br />

7401 SW<br />

131 st Avenue<br />

830 Wren<br />

Avenue<br />

6221 NW<br />

36 th Street<br />

29 Royal<br />

Ponciana<br />

6221 NW<br />

36 th Street<br />

1090 Quail<br />

Avenue<br />

517 Mokena<br />

Drive<br />

His neighbor is in home hospice, he wants to be notified when his<br />

area will be tested. Resident was notified 1 hour prior to testing, per<br />

request. (10/20/2010)<br />

Resident had smoke in his shower and was concerned about smoke<br />

from his roof vent. He claimed that he received the door hanger 3<br />

days after smoke test was done. Contractor confirmed that the<br />

hanger was placed 3 days before smoke test in that area.<br />

Resident saw smoke from his roof vent, wanted to know if<br />

everything was ok.<br />

Resident wanted to be home during smoke test to see if her<br />

plumbing had leaks. Her area was tested on 10/19; she was told<br />

that the contractor will not re-test the area.<br />

Resident has a smoke alarm in her house and wants to know when<br />

her area will be tested. She was notified on 11/18 that her area will<br />

be tested that day around 2 to 3:30 pm.<br />

11/19/2010 - Need to confirm that there is a defect. Defect is<br />

marked on the ground but no DERM notice was left. Defect was<br />

confirmed to be public, no action needed from the resident.<br />

Resident had smoke coming out of her kitchen roof. She was<br />

notified that smoke from the roof is normal and that no defects were<br />

identified on her property.<br />

Resident saw smoke coming from his backyard, wanted to know if<br />

he had to do anything. Area will be tested 11/23, will follow up to let<br />

him know if the defect is private or public. Followed up with resident<br />

on 11/24, defect was a public CO cap, no action is required from the<br />

resident.<br />

Resident had smoke inside her home, was not home when the<br />

testing occurred so she could not see where it came from. Wanted<br />

testing to be repeated when she was home to identify her leak. Was<br />

notified that the purpose of the testing is to identify leaks and breaks<br />

outside the home, the area will not be re-tested.<br />

Resident had smoke inside her home and was concerned. No<br />

defects were found on or adjacent to her property.<br />

Resident received a DERM notice, will replace the broken cap.<br />

Resident received a DERM notice for a broken riser. He will repair<br />

the defect.<br />

See Alex Szeelkan.<br />

Resident is in the process of closing a claim with a public adjuster<br />

for her internal plumbing. She just had open heart surgery and<br />

needs more than 30 days to fix the defect. Also, noted that the CO<br />

that was painted was supposed to be out of service because an<br />

existing tree damaged the lateral and a new lateral connection was<br />

made.<br />

Defects were not marked in the field. Wanted to know which CO<br />

risers they were. Defects were repaired 12/03/2010.<br />

Resident fixed the defect the day after she received a DERM notice.<br />

Resident will repair private defect, wants to know when MDWASD<br />

will repair the public defect adjacent to her property.<br />

As the smoke testing progressed, a Smoke Testing Defect Report was created following MDWASD’s<br />

Standard Protocol. Defects were classified as either Public or Private Defect. Public Defects will be<br />

11


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

repaired by MDWASD, while Private Defects are forwarded to the Miami-Dade Department of<br />

Environmental Resources Management (DERM) for enforcement of repair by property owners. Table<br />

5 summarizes all of the defects identified through smoke testing.<br />

TABLE 5<br />

SMOKE TESTING DEFECT REPORT<br />

Basin Number Defect Code Definition Count<br />

1233 4 Cleanout Cap 56<br />

1233 5 Broken Riser 5<br />

1233 9 Private Lateral 1<br />

Total 62<br />

1234 1 Catch Basin 1<br />

1234 4 Cleanout Cap 79<br />

1234 5 Broken Riser 32<br />

1234 10 Other* 3<br />

Total 115<br />

1235 4 Cleanout Cap 8<br />

Total 8<br />

1236 1 Catch Basin 2<br />

1236 4 Cleanout Cap 63<br />

1236 5 Broken Riser 28<br />

1236 8 Public Lateral 1<br />

1236 9 Private Lateral 1<br />

Total 95<br />

1237 4 Cleanout Cap 25<br />

1237 5 Broken Riser 11<br />

Total 36<br />

1238 4 Cleanout Cap 7<br />

Total 7<br />

1239 4 Cleanout Cap 8<br />

1239 5 Broken Riser 2<br />

Total 10<br />

1240 4 Cleanout Cap 28<br />

1240 5 Broken Riser 2<br />

Total 30<br />

1241 4 Cleanout Cap 11<br />

1241 5 Broken Riser 1<br />

Total 12<br />

1242 3 Roof Drain 1<br />

1242 4 Cleanout Cap 31<br />

1242 5 Broken Riser 6<br />

Total 38<br />

1243 4 Cleanout Cap 16<br />

Total 16<br />

1244 4 Cleanout Cap 23<br />

1244 8 Public Lateral 1<br />

1244 10 Other* 2<br />

Total 26<br />

1245 5 Broken Riser 5<br />

Total 5<br />

1246 4 Cleanout Cap 8<br />

1246 5 Broken Riser 1<br />

1246 7 Manhole 1<br />

Total 10<br />

1247 4 Cleanout Cap 2<br />

Total 2<br />

12


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin Number Defect Code Definition Count<br />

1248 4 Cleanout Cap 2<br />

1248 5 Broken Riser 3<br />

Total 5<br />

1249 4 Cleanout Cap 5<br />

Total 5<br />

Grand Total 482<br />

* For details see MDWASD Smoke Testing database.<br />

In addition, property owners where private defects were identified and located were notified with a door<br />

hanger of the defect requiring repair. The private defect’s location was spray painted on the ground to<br />

provide the property owner proper identification of the defect. Table 6 summarizes the DERM notices<br />

distributed during smoke testing.<br />

TABLE 6<br />

TOTAL DERM NOTICES<br />

Basin Number Defect Code Definition DERM Case No.<br />

1233 5 Broken Riser<br />

4908<br />

4983<br />

4907<br />

4908<br />

10 Other* 5000<br />

4903<br />

4902<br />

4901<br />

1234<br />

4906<br />

5 Broken Riser<br />

4905<br />

4904<br />

5003<br />

4900<br />

1 Catch Basin 4997<br />

9 Private Lateral 4972<br />

4985<br />

4992<br />

4973<br />

1236<br />

4988<br />

5 Broken Riser<br />

4989<br />

4975<br />

4974<br />

4987<br />

4978<br />

4977<br />

4976<br />

4998<br />

4981<br />

1237 5 Broken Riser<br />

4993<br />

4996<br />

4979<br />

4994<br />

4980<br />

4982<br />

1242<br />

5 Broken Riser 4990<br />

3 Roof Drain 4970<br />

1244 10 Other* 4999<br />

1245 5 Broken Riser 4916<br />

13


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin Number Defect Code Definition DERM Case No.<br />

5002<br />

4984<br />

4971<br />

1246<br />

5001<br />

5 Broken Riser<br />

1248 4915<br />

Total 43<br />

* For details see MDWASD Smoke Testing database.<br />

A summary and breakdown of the work performed is shown in Table 7 with a detailed listing of work performed<br />

as shown in Appendix F. All data archived in the office databases, videos, photos, inspector daily reports,<br />

DERM notice forms, and additional information were compiled in an external hard drive provided to MDWASD<br />

on December 28, 2010. In addition, all office databases are included in a CD-ROM in Appendix G.<br />

MDWASD<br />

Basin #<br />

TABLE 7<br />

SUMMARY OF WORK PERFORMED<br />

Cleaning, Video & Smoke Testing<br />

Total<br />

8-<strong>Inc</strong>h 10-<strong>Inc</strong>h 12-<strong>Inc</strong>h 15-<strong>Inc</strong>h 18-<strong>Inc</strong>h 24-<strong>Inc</strong>h LF/Basin<br />

MH<br />

Cleaning<br />

&<br />

Inspection<br />

PS<br />

Cleaning<br />

&<br />

Inspection<br />

2.1 2.2 2.3 2.4 2.5 2.6 3.1 2.7<br />

1233* 23,425 2,839 3,667 4,210 1,116 623 35,880 128 <br />

1234 47,591 7,784 5,342 2,992 3,632 1,003 68,344 266 <br />

1235* 1,472 1,730 10 3,212 16 <br />

1236 43,910 4,449 1,999 594 50,952 202 <br />

1237 14,691 1,815 16,506 58 <br />

1238 3,097 3,097 11 <br />

1239 6,853 6,853 25 <br />

1240* 10,879 348 11,227 43 <br />

1241 9,234 9,234 33 <br />

1242* 9,450 537 1,024 729 11,740 38 <br />

1243 5,715 5,715 19 <br />

1244 10,482 10,482 37 <br />

1245* 1,839 1,839 10 <br />

1246* 1,347 25 1,372 10 <br />

1247* 1,206 1,206 9 <br />

1248 464 1,625 2,089 13 <br />

1249* 412 153 565 5 <br />

Total<br />

Completed<br />

per Item<br />

* Miami Springs 2010 VSCO Basins<br />

192,067 17,865 13,667 10,340 4,748 1,626 240,313 923 17<br />

Since the pipe footage and number of manholes in the existing sewer gravity collection system could not be<br />

accurately estimated during the bid phase, adjustments were required to reflect a small increase in bid<br />

quantities. However, the revised total project cost stayed below the required original budget amount. Appendix<br />

H summarizes the additional quantities and amounts per bid item.<br />

14


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

RECOMMENDATIONS<br />

After all descriptive data was recorded and archived using MDWASD’s standard protocol and data format, <strong>King</strong><br />

reviewed it and provided follow-up recommendations using MDWASD’s Repair Criteria and Technology<br />

Guidelines and cost data. Refer to Appendix I for Repair Criteria and Technology followed.<br />

i. Manhole Repair Recommendation<br />

If manholes showed signs of inflows from surface runoff or groundwater infiltration into the sewer,<br />

erosion, or hydrogen sulfide induced corrosion, then repairs were recommended such that the<br />

manhole would be watertight and more resistant to deterioration. Refer to Appendix J for the<br />

approximate total cost of manhole repairs.<br />

ii.<br />

Sewer Gravity Main Repair Recommendation<br />

All recommended repairs followed MDWASD’s Repair Criteria and Technology Guidelines as outlined<br />

in the flow chart shown in Exhibit A. In cases where the MDWASD Repair Criteria and Technology<br />

Guidelines led to a recommendation for point repairs (robotic, sectional liner, grouting, and/or<br />

excavated point repair), a comparison was made between the cost of point repairs and full length<br />

repair (CIPP or line replacement). If cost of point repairs represented 80% or more of the cost of full<br />

length repair, then full length repair was recommended. Refer to Appendix K to see these cost<br />

comparisons. Repair technologies were manually noted on the TV logs and incorporated in the<br />

electronic submittal made to MDWASD on December 28, 2010.<br />

In total, <strong>King</strong> evaluated the conditions of 923 manholes, 17 pumps stations and 934 line segments. The<br />

analysis resulted in total of 3,036 repair recommendations. No repairs were recommended for 122 line<br />

segments since no defects were identified, and two incomplete CCTV inspections were forwarded to the<br />

Department for further investigation. A portion of these two critical lines could not be inspected due to<br />

obstructions. Refer to Appendix L for details on these two line segments.<br />

The repair recommendations for manholes, laterals and gravity sewer mains were entered into the repair<br />

database and are summarized in Table 9. Refer to Appendix M for a list of repair recommendations by basin.<br />

TABLE 9<br />

TOTAL REPAIR RECOMMENDATION<br />

Repair<br />

Code<br />

Definition<br />

Count<br />

595 Inv Suspect Lateral 1408<br />

507 Point Repair Lateral (Public Property) 307<br />

531 De-root Main Line 283<br />

538 Sectional 228<br />

529 Clean, Test, Seal Main Line 227<br />

547 Cure-in-Place Liner (hold for another repair) 210<br />

537 Cured-in-Place Liner 100<br />

1 Insert Manhole Dish 56<br />

12 Seal Casting to Cone 44<br />

513 Grout Annular Space at Manhole/Pipe Connection 37<br />

511 Grout Lateral Annular Space 31<br />

557 Point Repair with Cured-in-Place Liner 23<br />

541 Heavy Clean Mainline with Degreaser 15<br />

526 Point Repair Main Line 8<br />

26 Repair Leaks in Manhole Wall 7<br />

534 De-scale Entire Line 7<br />

594 Investigate Suspect Drop-Connection 7<br />

9 Realign and Seal Manhole Frame 6<br />

13 Plug and Waterproof Coat Manhole Chimney 6<br />

392 Plug and Waterproof - Coat Entire Manhole 5<br />

15


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Repair<br />

Code<br />

Definition<br />

Count<br />

24 Plug and Waterproof - Coat Manhole Walls 3<br />

47 Repair Manhole / Pipe Connection 3<br />

525 Replace Main Line 3<br />

4 Replace Manhole Cover 2<br />

18 Plug and Waterproof - Coat Manhole cone 2<br />

584 Robotics Repair Protruding Lateral 2<br />

17 Repair Leaks in Manhole Chimney 1<br />

22 Repair Leaks in Manhole Cone 1<br />

31 Repair Leaks in Manhole Bench 1<br />

33 Repair Leaks in Manhole Channel 1<br />

523 Plug Lateral at Point of Connection with Main Line 1<br />

533 De-scale (Spot) 1<br />

Total 3,036<br />

16


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

PLANNING LEVEL OPINION OF PROBABLE CONSTRUCTION COST<br />

MDWASD’s internal processes and procedures were closely followed; therefore, MDWASD’s repair cost<br />

estimating guidelines were used. These were as follows:<br />

• One included the cost of both trenchless and dig-and-replace methods from recent bids, including<br />

CIPP, sectional liners, clean, test, and seal (grouting), excavated point repair, and line replacement.<br />

These costs are influenced by the diameter of the pipe, the length of pipe requiring rehabilitation, and<br />

the nature of the defects, such as cracks, roots, joint offsets, and others. Appendix N provides a<br />

summary of these bid repairs cost.<br />

• The other cost estimating guide came from the table “Repair Code Listing” contained in MDWASD’s<br />

repair database.<br />

The Planning Level Opinion of Probable Construction Cost was estimated as follows:<br />

• Gravity Sewer Mains - The cost data from recent bids was used to estimate rehabilitation costs<br />

shown in Appendix K, including repair recommendations.<br />

• Sewer Laterals - The cost of lateral repairs was estimated as the additive costs of additional<br />

investigations of suspect laterals exceeding an estimated flow of 0.4 gpm, recommended point repairs,<br />

and grout repairs as shown in Table 10 below. Cost data used was the one provided in the “Repair<br />

Code Listing” included in MDWASD’s repair database.<br />

• Sewer Manholes - The cost data in the “Repair Code Listing” in MDWASD’s repair database was<br />

used to estimate rehabilitation costs as shown in Appendix J.<br />

The total estimated costs to rehabilitate the City of Miami Springs gravity sewer system are summarized in<br />

Table 10. Table 10 does not include the additional cost of repairs that may arise from the recommended<br />

pending investigations of 520 suspect laterals. Additionally, the smoke testing discovered damaged and<br />

broken components (such as CO caps and risers), and illegal connections within private property. The cost of<br />

these repairs is the responsibility of the property owners, and it is not included in the total estimated cost<br />

below.<br />

TABLE 10<br />

PLANNING LEVEL OPINION OF PROBABLE CONSTRUCTION COST<br />

Rehabilitation Cost Justification<br />

Gravity Sewer Main $2,798,222.00 See Appendix K for details.<br />

Sewer Lateral $1,223,200.00<br />

Sewer Manholes $44,700.00 See Appendix J for details.<br />

Total $4,066,122.00<br />

520 laterals ("Investigate Suspect Lateral") @ $150 each + 307 point<br />

repairs ("Point Repair Lateral") @ $3700 each + 31 grout repair ("Grout<br />

Lateral Annular Space") @ $300 each.<br />

17


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “A”<br />

Atlas Correction Forms (One sample page included only / Total Pages 11)<br />

18


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “B”<br />

Manholes with Defects (One sample page included only / Total Pages 2)<br />

20


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin<br />

No.<br />

Manhole<br />

No.<br />

Atlas<br />

Page<br />

Cover<br />

Condition<br />

Frame<br />

Condition<br />

Frame<br />

Seal<br />

Condition<br />

Chimney<br />

Condition<br />

Cone<br />

Condition<br />

Wall<br />

Condition<br />

Bench<br />

Condition<br />

Channel<br />

Condition<br />

Insert<br />

Condition<br />

1233 82A F9 OK OK OK Corroded Corroded Corroded Corrosion OK OK<br />

1233 21 G9 OK Offset OK OK OK OK OK OK OK<br />

1233 11 G8 OK Broken OK OK OK OK OK OK OK<br />

1233 1A G9 OK OK OK OK OK OK OK OK Missing<br />

1233 22 G9 OK OK OK OK OK Leaks OK OK OK<br />

1233 23 G8 OK OK OK OK OK OK OK OK Missing<br />

1233 28 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 29 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 32 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 33A G9 OK OK OK OK OK OK OK OK Damaged<br />

1233 15 G7 OK OK OK OK OK OK OK OK Missing<br />

1233 400A F8 OK OK OK OK OK OK OK OK Missing<br />

1233 88 E9 OK OK OK Corroded Corroded Corroded OK OK OK<br />

1233 86 E9 OK OK OK OK OK OK OK OK Missing<br />

1233 83 F9 OK OK OK OK Corroded Corroded Corrosion Corrosion OK<br />

1233 80 F9 OK OK OK Corroded OK OK Corrosion OK OK<br />

1233 400C F8 OK OK Cracked OK OK OK OK OK Missing<br />

1233 41 H9 OK OK OK OK OK OK OK OK Missing<br />

1233 48 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 4A G9 OK OK OK OK OK OK OK OK Missing<br />

1233 4B G9 OK OK OK OK OK OK OK OK Missing<br />

1233 50 G9 OK OK OK OK Corroded Corroded OK OK OK<br />

1233 84 E9 OK OK OK Corroded OK Leaks Corrosion OK Missing<br />

1233 6 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 77B F9 OK OK OK OK OK OK OK OK Missing<br />

1233 400B F8 OK OK OK OK OK OK OK OK Missing<br />

1233 61 G9 OK OK OK OK OK OK OK OK Missing<br />

1233 61A G9 OK OK OK OK OK OK OK OK Missing<br />

1233 62C G8 OK Offset OK OK OK OK OK OK OK<br />

1233 66 F9 OK OK OK OK OK Corroded OK OK OK<br />

1233 50A G9 OK OK OK OK OK OK OK OK Missing<br />

1234 568 D5 OK OK Leaks OK OK OK OK OK OK<br />

1234 569 D5 OK OK Leaks OK OK OK OK OK OK<br />

1234 564 D5 OK OK Leaks OK OK OK OK OK OK<br />

1234 516 E6 OK OK OK OK OK OK OK OK Missing<br />

1234 470A E8 OK Offset Leaks OK OK OK OK OK OK<br />

1234 567 D5 OK OK Leaks OK OK OK OK OK OK<br />

1234 244 E6 OK OK OK OK OK OK OK OK Missing<br />

1234 443 F8 OK OK Leaks OK OK OK OK OK OK<br />

1234 461 F8 OK OK Leaks OK OK OK OK OK OK<br />

1234 548A D6 OK OK Leaks OK OK OK OK OK OK<br />

1234 550 D6 OK OK Leaks OK OK OK OK OK OK<br />

1234 551 D6 OK OK Leaks OK OK OK OK OK OK<br />

1234 553 D6 OK Offset OK OK OK OK OK OK OK<br />

1234 562 E5 OK OK Leaks OK OK OK OK OK OK<br />

1234 304 F7 OK OK OK OK OK OK Leaks OK OK<br />

1234 565 D5 OK OK Leaks OK OK OK OK OK OK<br />

1234 460 F8 OK OK Leaks OK OK OK OK OK OK<br />

1235 91 E9 OK OK OK OK OK OK OK OK Damaged<br />

1236 1077 D7 OK OK Leaks OK OK OK OK OK OK<br />

1236 918 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 921 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 922 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 920A C8 OK Cracked Leaks Leaks OK OK OK OK OK<br />

1236 919 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 916 D8 OK Offset Leaks OK OK OK OK OK OK<br />

1236 915 D8 OK OK OK Cracked OK OK OK OK OK<br />

1236 909 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 908 C8 OK OK Leaks OK OK OK OK OK OK<br />

1236 901 C7 OK OK OK Cracked OK OK OK OK OK<br />

1236 1063B C6 OK Offset OK OK OK OK OK OK OK<br />

1236 1001 C7 OK OK OK OK OK Cracked OK OK OK<br />

21


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “C”<br />

PS Inspection Forms (One sample page included only / Total Pages 17)<br />

22


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “D”<br />

MDWASD Television Observation Codes<br />

Total Pages 1<br />

24


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Defect Code<br />

Definition<br />

1 Upstream Manhole<br />

2 Downstream Manhole<br />

3 Reverse Set-up<br />

5 Crown<br />

6 Invert<br />

7 Right<br />

8 Left<br />

9 Camera Submerged<br />

10 Camera Blocked<br />

12 Buried Manhole<br />

13 Light Roots<br />

14 Medium Roots<br />

15 Heavy Roots<br />

16 Moderate Offset<br />

17 Severe Offset<br />

18 Misaligned Joint<br />

19 Joint/Infiltration<br />

20 Cracked Joint<br />

21 Separated Joint<br />

22 Mineral Deposits<br />

23 Gasket Exposed<br />

25 Circular Crack<br />

26 Longitudinal Crack<br />

27 Open Crack<br />

28 Broken Pipe<br />

29 Collapsed Pipe<br />

30 Hole in Pipe<br />

31 Joint Air-Test Failed<br />

32 Flattened Flex Pipe<br />

33 Sag in Pipe<br />

34 Drop Connection<br />

35 Erosion<br />

36 Corrosion<br />

37 Deposits<br />

38 Grease<br />

39 Liner Defect Began Observation<br />

40 Liner Defect End Observation<br />

46 Break in Connection<br />

47 Connection w/Defect<br />

48 Sectional Liner w/Defect<br />

49 Domestic Flow<br />

50 Intruding > 1" <strong>Inc</strong>h<br />

52 Joint Close to Lateral<br />

53 Connection w/Infiltration<br />

59 Stub-out at MH Leaking<br />

60 Liner Connection Defect<br />

61 Service Connection at MH<br />

64 Lamp Hole<br />

65 Conduit through Sewer<br />

455 Service Connection Crown<br />

457 Service Connection Right<br />

458 Service Connection Left<br />

515 Capped Service Crown<br />

517 Capped Service Right<br />

518 Capped Service Left<br />

25


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “E”<br />

Defects Identified Via CCTV Classified by Basin (One sample page included only / Total<br />

Pages 4)<br />

26


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin Number Defect Code Definition Count<br />

1233<br />

1234<br />

1235<br />

13 Light Roots 521<br />

19 Joint/Infiltration 364<br />

53 Conn. Infiltration 248<br />

37 Deposits 77<br />

20 Cracked Joint 60<br />

33 Sag in Pipe 41<br />

14 Medium Roots 32<br />

15 Heavy Roots 18<br />

25 Circular Crack 16<br />

30 Hole in Pipe 14<br />

46 Break in Connection 4<br />

38 Grease 4<br />

27 Open Crack 2<br />

21 Separated Joint 2<br />

48 Sectional Liner w/Defect 2<br />

40 Liner Defect End Observation 1<br />

28 Broken Pipe 1<br />

47 Connection w/Defect 1<br />

Total 1,408<br />

13 Light Roots 1799<br />

19 Joint/Infiltration 1038<br />

53 Conn. Infiltration 397<br />

20 Cracked Joint 386<br />

37 Deposits 144<br />

25 Circular Crack 103<br />

33 Sag in Pipe 77<br />

14 Medium Roots 60<br />

15 Heavy Roots 41<br />

22 Mineral Deposits 9<br />

27 Open Crack 7<br />

28 Broken Pipe 7<br />

26 Longitudinal Crack 4<br />

30 Hole in Pipe 4<br />

17 Severe Offset 4<br />

46 Break in Connection 3<br />

16 Moderate Offset 3<br />

47 Connection w/Defect 2<br />

39 Liner Defect Began Observation 1<br />

Total 4,089<br />

20 Cracked Joint 121<br />

19 Joint/Infiltration 52<br />

13 Light Roots 16<br />

53 Conn. Infiltration 6<br />

33 Sag in Pipe 4<br />

37 Deposits 4<br />

25 Circular Crack 3<br />

Total 211<br />

Grand Total 13,106<br />

27


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “F”<br />

Detailed Listing of Work Performed (One sample page included only / Total Pages 10)<br />

28


CLEANING & VIDEO CLEANING<br />

MH<br />

PS<br />

SMOKE TESTING<br />

ID DATE INITIALS BASIN #<br />

LINE<br />

LINE<br />

8-<strong>Inc</strong>h 10-<strong>Inc</strong>h 12-<strong>Inc</strong>h 15-<strong>Inc</strong>h 18-<strong>Inc</strong>h 24-<strong>Inc</strong>h ID DATE BASIN# MH# PS<br />

ID DATE BASIN# MH# INSPECTION ID DATE BASIN# INSPECTION ID DATE BASIN#<br />

SEGMENT<br />

SEGMENT<br />

8-<strong>Inc</strong>h 10-<strong>Inc</strong>h 12-<strong>Inc</strong>h 15-<strong>Inc</strong>h 18-<strong>Inc</strong>h 24-<strong>Inc</strong>h<br />

2.1 2.2 2.3 2.4 2.5 2.6 2.7 3.1 3.2 4.1 4.2 4.3 4.4 4.5 4.6<br />

848 CV 10.16.10 HP 1234 242-201 339 882 M 08.25.10 1245 1B 864 ST 11.24.10 1234 453 - 452 403<br />

849 CV 10.16.10 HP 1234 248-201 252 883 M 08.25.10 1245 1A 865 ST 11.24.10 1234 454 - 453 367<br />

850 CV 10.16.10 HP 1234 232-228 361 884 M 08.25.10 1245 1 866 ST 11.24.10 1234 459 - 453 351<br />

851 CV 10.16.10 HP 1234 228-227A 176 885 M 08.25.10 1245 2 867 ST 11.24.10 1234 460 - 459 330<br />

852 CV 10.16.10 HP 1234 227A-227 247 886 M 08.25.10 1245 3 868 ST 11.24.10 1234 461 - 460 141<br />

853 CV 10.16.10 HP 1234 227-214A 161 887 M 08.25.10 1245 4 869 ST 11.24.10 1234 458 - 454 283<br />

854 CV 10.16.10 HP 1234 214A-214 251 888 M 08.25.10 1245 5 870 ST 11.24.10 1234 454A - 454 283<br />

855 CV 10.16.10 HP 1234 231-227 201 889 M 08.25.10 1246 5 871 ST 11.24.10 1234 455 - 454A 279<br />

856 CV 10.18.10 HP 1234 562-558 280 890 M 08.25.10 1246 4 872 ST 11.24.10 1234 456 - 455 286<br />

857 CV 10.18.10 HP 1234 558-213 253 891 M 08.25.10 1246 3 873 ST 11.24.10 1234 457 - 456 306<br />

858 CV 10.18.10 HP 1234 221A-221 57 892 M 08.25.10 1246 2 874 ST 11.24.10 1234 462 - 453 258<br />

859 CV 10.18.10 HP 1234 221-206 395 893 M 08.25.10 1246 1 875 ST 11.24.10 1234 463 - 462 256<br />

860 CV 10.18.10 HP 1234 273-309 291 894 M 08.25.10 1246 1A 876 ST 11.29.10 1234 280 - 277 222<br />

861 CV 10.18.10 HP 1234 309-309A 129 895 M 08.25.10 1246 1B 877 ST 11.29.10 1234 277 - 276 393<br />

862 CV 10.18.10 HP 1234 309A-208 143 896 M 08.25.10 1246 1C 878 ST 11.29.10 1234 278 - 277 403<br />

863 CV 10.18.10 HP 1234 222-208 334 897 M 08.25.10 1248 1 879 ST 11.29.10 1234 279 - 278 352<br />

864 CV 10.18.10 HP 1234 520-519 209 898 M 08.25.10 1248 2 880 ST 11.29.10 1234 276 - 275 231<br />

865 CV 10.18.10 HP 1234 519-518 191 899 M 08.25.10 1248 3 881 ST 11.29.10 1234 275 - 274 155<br />

866 CV 10.18.10 HP 1234 521-518 149 900 M 08.25.10 1248 4 882 ST 11.29.10 1234 260 - 274 55<br />

867 CV 10.18.10 HP 1234 518-517 342 901 M 08.25.10 1248 5 883 ST 11.29.10 1234 260A - 260 92<br />

868 CV 10.18.10 HP 1234 517-517A 287 902 M 08.25.10 1248 6 884 ST 11.29.10 1234 430 - 305 200<br />

869 CV 10.19.10 HP 1234 522-517 208 903 M 08.25.10 1248 7 885 ST 11.29.10 1234 274 - 259 203<br />

870 CV 10.19.10 HP 1234 517A-252 23 904 M 08.25.10 1248 8 886 ST 11.29.10 1234 259 - 258 249<br />

871 CV 10.19.10 HP 1234 516-252 195 905 M 08.25.10 1248 10 887 ST 11.29.10 1234 281 - 258 254<br />

872 CV 10.19.10 HP 1234 252A-252 253 906 M 08.25.10 1248 11 888 ST 11.29.10 1234 282 - 281 300<br />

873 CV 10.19.10 HP 1234 252-251 265 907 M 08.25.10 1247 1 889 ST 11.29.10 1234 283 - 282 60<br />

874 CV 10.19.10 HP 1234 251-205 170 908 M 08.25.10 1247 2 890 ST 11.29.10 1234 258 - 257 353<br />

875 CV 10.19.10 HP 1234 534-533 146 910 M 08.25.10 1247 5 891 ST 11.29.10 1234 301 - 300 207<br />

876 CV 10.19.10 HP 1234 533-532 379 911 M 08.25.10 1247 6 892 ST 11.29.10 1234 300 - 305 155<br />

877 CV 10.19.10 HP 1234 541-530 120 912 M 08.25.10 1247 7 893 ST 11.29.10 1234 299 - 300 233<br />

878 CV 10.19.10 HP 1234 528-211 225 913 M 08.25.10 1248 9 894 ST 11.29.10 1234 432 - 430 163<br />

879 CV 10.19.10 HP 1234 515-514 230 914 M 10.05.10 1233 12 895 ST 11.29.10 1234 261 - 257 285<br />

880 CV 10.19.10 HP 1234 445A-445 230 915 M 10.05.10 1233 13 896 ST 11.29.10 1234 262 - 261 298<br />

881 CV 10.19.10 HP 1234 474-451 192 916 M 10.05.10 1233 14 897 ST 11.29.10 1234 263 - 262 188<br />

882 CV 10.19.10 HP 1234 458-454 283 917 M 10.05.10 1233 16 898 ST 11.29.10 1234 264 - 263 122<br />

883 CV 10.19.10 HP 1247 4-4A 80 918 M 10.05.10 1233 400B 899 ST 11.29.10 1234 265 - 264 79<br />

884 CV 10.19.10 HP 1247 4A-4B 139 919 M 10.05.10 1233 400C 900 ST 11.29.10 1234 266 - 265 98<br />

885 CV 10.19.10 HP 1247 4B-3 77 920 M 10.05.10 1240 650 901 ST 11.29.10 1234 431 - 430 406<br />

886 CV 10.19.10 HP 1247 3-2 319 921 M 10.05.10 1248 12 902 ST 11.29.10 1234 305 - 304 207<br />

887 CV 10.19.10 HP 1247 2-1 102 922 M 10.05.10 1248 13 903 ST 11.30.10 1234 245 - 238 371<br />

888 CV 10.19.10 HP 1247 6-5 182 923 M 10.05.10 1247 8 904 ST 11.30.10 1234 246 - 245 42<br />

889 CV 10.19.10 HP 1247 5-1 49 924 M 10.05.10 1247 3 905 ST 11.30.10 1234 238 - 237 153<br />

890 CV 10.19.10 HP 1247 8-7 89 925 M 10.05.10 1247 4 906 ST 11.30.10 1234 237 - 236 64<br />

891 CV 10.19.10 HP 1247 7-5 157 926 M 10.05.10 1247 4A 907 ST 11.30.10 1234 236 - 235 162<br />

892 CV 10.19.10 HP 1247 1-1247 12 927 M 10.22.10 1249 44 908 ST 11.30.10 1234 271 - 235 120<br />

893 CV 10.19.10 HP 1246 1C-1B 162 928 M 10.22.10 1249 42D 909 ST 11.30.10 1234 272 - 271 201<br />

894 CV 10.19.10 HP 1246 1B-1A 150 929 M 10.22.10 1249 42C 910 ST 11.30.10 1234 272A - 272 82<br />

895 CV 10.20.10 HP 1234 224-223 240 930 M 10.22.10 1249 42B 911 ST 11.30.10 1234 235 - 234 144<br />

896 CV 10.20.10 HP 1234 223-213 244 931 M 10.22.10 1249 42A 912 ST 11.30.10 1234 234 - 233 96<br />

897 CV 10.20.10 HP 1234 231A-231 65 932 M 11.15.10 1245 1D 913 ST 11.30.10 1234 308 - 307 267<br />

898 CV 10.20.10 HP 1234 226-227 161 933 M 11.15.10 1245 1E 914 ST 11.30.10 1234 307 - 288 327<br />

899 CV 10.20.10 HP 1240 600-1240 36 934 M 11.15.10 1246 3A 915 ST 11.30.10 1234 288A - 288 59<br />

900 CV 10.20.10 HP 1237 800-1237 31 935 M 11.15.10 1246 4A 916 ST 11.30.10 1234 288 - 288B 43<br />

901 CV 10.20.10 HP 1235 100A-100 32 936 M 11.16.10 1235 91 917 ST 11.30.10 1234 288B - 287 143<br />

902 CV 10.20.10 HP 1235 100-1235 25 937 M 11.19.10 1233 15 918 ST 11.30.10 1234 441 - 441A 283<br />

903 CV 10.20.10 HP 1234 253-200 147 938 M 11.30.10 1234 224 919 ST 11.30.10 1234 442 - 441 344<br />

904 CV 10.20.10 HP 1234 200-1234 21 939 M 11.30.10 1234 231A 920 ST 11.30.10 1234 441A - 287 54<br />

905 CV 10.20.10 HP 1233 45-50 322 940 M 11.30.11 1234 226 921 ST 11.30.10 1234 287 - 286 363<br />

906 CV 10.20.10 HP 1233 50-50A 153 941 M 11.30.12 1234 209B 922 ST 11.30.10 1234 437 - 286 355<br />

907 CV 10.20.10 HP 1233 50A-1 104 942 M 11.30.13 1234 209C 923 ST 11.30.10 1234 438 - 437 348<br />

908 CV 10.20.10 HP 1246 5-4A 98 943 M 12.01.10 1234 209 924 ST 11.30.10 1234 286 - 285 351<br />

909 CV 10.20.10 HP 1246 4A-4 227 944 M 12.01.10 1234 208 925 ST 11.30.10 1234 435 - 285 238<br />

910 CV 10.20.10 HP 1246 4-3A 227 945 M 12.01.10 1234 273 926 ST 11.30.10 1234 436 - 435 250<br />

911 CV 10.20.10 HP 1246 3A-3 242 946 M 12.01.10 1234 309 927 ST 11.30.10 1234 285 - 284 379<br />

912 CV 10.20.10 HP 1246 3-1 198 947 M 12.01.10 1234 309A 928 ST 11.30.10 1234 293 - 285 325<br />

913 CV 10.20.10 HP 1246 2-1 15 948 M 12.01.10 1241 627 929 ST 11.30.10 1234 433 - 284 233<br />

914 CV 10.20.10 HP 1246 1A-1 28 949 M 12.01.10 1241 622 930 ST 11.30.10 1234 434 - 433 257<br />

915 CV 10.20.10 HP 1246 1-1246 25 950 M 12.01.10 1234 262 931 ST 11.30.10 1234 284 - 306A 378<br />

916 CV 10.20.10 HP 1245 5-4 260 951 M 08.23.10 1233 11 932 ST 11.30.10 1234 306A - 306 122<br />

917 CV 10.20.10 HP 1245 4-3 43 274 933 ST 11.30.10 1234 306 - 304 163<br />

918 CV 10.20.10 HP 1245 3-2 212 934 ST 11.30.10 1234 304 - 303 276<br />

919 CV 10.20.10 HP 1245 2-1245 20 935 ST 11.30.10 1234 303 - 257 278<br />

920 CV 10.21.10 HP 1233 1-1A 29 936 ST 11.30.10 1234 257 - 256 363<br />

921 CV 10.21.10 HP 1233 1A-1233 15 937 ST 11.30.10 1234 439 - 438 242<br />

922 CV 10.21.10 HP 1233 41-37 257 938 ST 11.30.10 1234 440 - 438 233<br />

923 CV 10.21.10 HP 1245 1E-1D 359 939 ST 11.30.10 1234 443 - 442 339<br />

924 CV 10.21.10 HP 1245 1D-1C 300 940 ST 11.30.10 1234 246A - 246 56<br />

925 CV 10.21.10 HP 1245 1C-1B 108 942 ST 10.16.10 1233 77B - 77A 24<br />

926 CV 10.21.10 HP 1245 1B-1A 23<br />

927 CV 10.21.10 HP 1245 1A-1 258<br />

928 CV 10.21.10 HP 1245 1-1245 25<br />

929 CV 10.22.10 HP 1249 42A-1249 160<br />

930 CV 10.22.10 HP 1249 44-42D 40<br />

931 CV 10.22.10 HP 1249 42D-42C 80<br />

932 CV 10.22.10 HP 1249 42C-42B 132<br />

933 CV 10.22.10 HP 1249 42B-1249 153<br />

934 CV 12.01.10 HP 1233 77B-77A 24<br />

192067 17865 13667 10340 4748 1626 17 923 17 192067 17865 13667 10340 4748 1626<br />

Total 240313 Total 240313


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “G”<br />

CD-ROM Containing Office Databases (Not included)<br />

29


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “H”<br />

Additional Quantities and Amount per Bid Item<br />

Total Pages 1<br />

30


ITEM No. DESCRIPTION<br />

PRICE UNIT QUANTITY QUANTITY DIFFERENCE TOTAL TOTAL DIFFERENCE<br />

MOT<br />

CLEANING<br />

&<br />

TELEVISING<br />

MH & PS<br />

1.1 MAINTENANCE OF TRAFFIC (MOT)<br />

$ 500.00 AG $ 500.00 $ 492.54 $ 7.46<br />

1.2 PROVIDING OFF DUTY POLICEMEN<br />

$ 35.00 MH $ 700.00 $ - $ 700.00<br />

2.1 CLEANING & VIDEO INSPECTION 8" DIAMETER<br />

$ 0.75 LF 198,000 192,067 5,933 $ 148,500.00 $ 144,050.25 $ 4,449.75<br />

2.2 CLEANING & VIDEO INSPECTION 10" DIAMETER<br />

$ 0.80 LF 15,900 17,865 -1,965 $ 12,720.00 $ 14,292.00 $ (1,572.00)<br />

2.3 CLEANING & VIDEO INSPECTION 12" DIAMETER<br />

$ 0.80 LF 13,500 13,667 -167 $ 10,800.00 $ 10,933.60 $ (133.60)<br />

2.4 CLEANING & VIDEO INSPECTION 15" DIAMETER<br />

$ 0.90 LF 10,700 10,340 360 $ 9,630.00 $ 9,306.00 $ 324.00<br />

2.5 CLEANING & VIDEO INSPECTION 18" DIAMETER<br />

$ 1.25 LF 4,200 4,748 -548 $ 5,250.00 $ 5,935.00 $ (685.00)<br />

2.6 CLEANING & VIDEO INSPECTION 24" DIAMETER<br />

$ 2.00 LF 1,600 1,626 -26 $ 3,200.00 $ 3,252.00 $ (52.00)<br />

2.7 CLEANING PUMP STATION WET WELLS<br />

$ 450.00 EA 17 17 0 $ 7,650.00 $ 7,650.00 $ -<br />

3.1 MANHOLES INSPECTION<br />

$ 0.01 EA 912 923 -11 $ 9.12 $ 9.23 $ (0.11)<br />

3.2 PUMP STATION WET WELLS INSPECTION<br />

$ 0.01 EA 17 17 0 $ 0.17 $ 0.17 $ -<br />

4.1 SMOKE TESTING 8" DIAMETER<br />

$ 0.15 LF 198,000 192,067 5,933 $ 29,700.00 $ 28,810.05 $ 889.95<br />

4.2 SMOKE TESTING 10" DIAMETER<br />

$ 0.17 LF 15,900 17,865 -1,965 $ 2,703.00 $ 3,037.05 $ (334.05)<br />

SMOKE<br />

SMOKE TESTING 12" DIAMETER<br />

TESTING SMOKE TESTING 15" DIAMETER<br />

4.3 $ 0.17 LF 13,500 13,667 -167 $ 2,295.00 $ 2,323.39 $ (28.39)<br />

4.4 $ 0.17 LF 10,700 10,340 360 $ 1,819.00 $ 1,757.80 $ 61.20<br />

4.5 SMOKE TESTING 18" DIAMETER<br />

$ 0.17 LF 4,200 4,748 -548 $ 714.00 $ 807.16 $<br />

(93.16)<br />

4.6 SMOKE TESTING 24" DIAMETER<br />

$ 0.17 LF 1,600 1,626 -26 $ 272.00 $ 276.42 $ (4.42)<br />

(BID)<br />

(ACTUAL)<br />

(BID)<br />

(ACTUAL)<br />

SUBTOTAL 5 TOTAL OF ITEMS 1 TO 4<br />

$ 236,462.29 $ 232,932.66 $ 3,529.63<br />

CONTINGENCY<br />

ALLOWANCE<br />

6<br />

UNFORESEEN CONDITIONS, MINOR CONSTRUCTION CHANGES, AND QUANTITY ADJUSTMENTS, IF ORDERED BY THE ENGINEER<br />

$23,646.23 $ - $ 23,646.23<br />

DEDICATED<br />

ALLOWANCE<br />

7<br />

PERMITS, FEES, IMPACT OF FEES, AND INSPECTIONS, IF ORDERED BY THE ENGINEER<br />

$7,093.87<br />

$<br />

-<br />

$ 7,093.87<br />

TOTAL BID<br />

SUM OF ITEMS 5,6, & 7<br />

$<br />

267,202.39<br />

$ 232,932.66 $ 34,269.73


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “I”<br />

MDWASD Repair Criteria and Technology Guidelines (Not included)<br />

32


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “J”<br />

Manhole Repair Planning Level Opinion of Probable Construction Cost (One sample page<br />

included only / Total Pages 4)<br />

33


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin No. Manhole No. Atlas Page Repair Code Definition Average Cost<br />

1233<br />

1249<br />

1A G9 1<br />

$200.00<br />

4A G9 1 $200.00<br />

4B G9 1 $200.00<br />

6 G9 1 $200.00<br />

15 G7 1 $200.00<br />

23 G8 1 $200.00<br />

28 G9 1 $200.00<br />

29 G9 1 $200.00<br />

32 G9 1 $200.00<br />

33A G9 1 $200.00<br />

41 H9 1 Insert Manhole Dish<br />

$200.00<br />

48 G9 1 $200.00<br />

50A G9 1 $200.00<br />

61 G9 1 $200.00<br />

61A G9 1 $200.00<br />

77B F9 1 $200.00<br />

84 E9 1 $200.00<br />

86 E9 1 $200.00<br />

400A F8 1 $200.00<br />

400B F8 1 $200.00<br />

400C F8 1 $200.00<br />

80 F9 392<br />

$1,000.00<br />

82A F9 392 $1,000.00<br />

83 F9 392 Plug and Waterproof - Coat Entire Manhole $1,000.00<br />

84 F9 392 $1,000.00<br />

88 E9 392 $1,000.00<br />

50 G9 18 Plug and Waterproof-Coat Manhole Cone $300.00<br />

50 G9 24<br />

$1,000.00<br />

Plug and Waterproof-Coat Manhole Walls<br />

66 F9 24 $1,000.00<br />

21 G9 9<br />

$300.00<br />

Realign and Seal Manhole Frame<br />

62C G8 9 $300.00<br />

22 G9 26 Repair Leaks in Manhole Wall $300.00<br />

11 G8 12<br />

$300.00<br />

Seal Casting to Cone<br />

400C F8 12 $300.00<br />

Total $13,000.00<br />

42B H9 1<br />

$200.00<br />

42C H9 1 Insert Manhole Dish<br />

$200.00<br />

44 H9 1 $200.00<br />

Total $600.00<br />

Grand Total $44,700.00<br />

34


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “K”<br />

Mainline Repair Planning Level Opinion of Probable Construction Cost (One sample page<br />

included only / Total Pages 18)<br />

35


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

ID<br />

Previous<br />

ID<br />

TV Date<br />

Review<br />

Date<br />

Basin<br />

No.<br />

Line<br />

Segment<br />

Length<br />

Cost of<br />

Point<br />

Repairs<br />

CIP<br />

Repair Call*<br />

923 CV N/A 10.21.10 11.19.10 1245 1E-1D 359 $300.00 $300.00<br />

924 CV N/A 10.21.10 11.19.10 1245 1D-1C 300 $300.00 $300.00<br />

925 CV N/A 10.21.10 11.19.10 1245 1C-1B 108 $300.00 $300.00<br />

926 CV N/A 10.21.10 11.19.10 1245 1B-1A 23 No repair<br />

927 CV N/A 10.21.10 11.19.10 1245 1A-1 258 No repair<br />

928 CV N/A 10.21.10 11.19.10 1245 1-1245 25 No repair<br />

893 CV N/A 10.19.10 11.18.10 1246 1C-1B 162 $850.00 $3,240.00 $850.00<br />

894 CV N/A 10.19.10 11.18.10 1246 1B-1A 150 $300.00 $300.00<br />

908 CV N/A 10.20.10 11.19.10 1246 5-4A 98<br />

909 CV N/A 10.20.10 11.19.10 1246 4A-4 227<br />

910 CV N/A 10.20.10 11.19.10 1246 4-3A 227 No repair<br />

911 CV N/A 10.20.10 11.19.10 1246 3A-3 242 No repair<br />

912 CV N/A 10.20.10 11.19.10 1246 3-1 198 $850.00 $3,960.00 $850.00<br />

913 CV N/A 10.20.10 11.19.10 1246 2-1 15 No repair<br />

914 CV N/A 10.20.10 11.19.10 1246 1A-1 28 $300.00 $300.00<br />

915 CV N/A 10.20.10 11.19.10 1246 1-1246 25 $850.00 $862.50 $862.50<br />

883 CV N/A 10.19.10 11.10.10 1247 4-4A 80 $1,650.00 $1,600.00 $1,600.00<br />

884 CV N/A 10.19.10 11.10.10 1247 4A-4B 139 No repair<br />

885 CV N/A 10.19.10 11.10.10 1247 4B-3 77 No repair<br />

886 CV N/A 10.19.10 11.11.10 1247 3-2 319 No repair<br />

887 CV N/A 10.19.10 11.11.10 1247 2-1 102 No repair<br />

888 CV N/A 10.19.10 11.11.10 1247 6-5 182 $3,640.00 $3,640.00<br />

889 CV N/A 10.19.10 11.11.10 1247 5-1 49 No repair<br />

890 CV N/A 10.19.10 11.11.10 1247 8-7 89 No repair<br />

891 CV N/A 10.19.10 11.11.10 1247 7-5 157 No repair<br />

892 CV N/A 10.19.10 11.18.10 1247 1-1247 12 No repair<br />

803 CV N/A 10.13.10 11.05.10 1248 11-10 100 No repair<br />

804 CV N/A 10.13.10 11.05.10 1248 10-9 205 No repair<br />

805 CV N/A 10.13.10 11.05.10 1248 9-8 95 No repair<br />

806 CV N/A 10.13.10 11.05.10 1248 8-7 61 No repair<br />

807 CV N/A 10.13.10 11.05.10 1248 7-6 131 No repair<br />

808 CV N/A 10.13.10 11.05.10 1248 6-5 283 No repair<br />

809 CV N/A 10.13.10 11.05.10 1248 5-4 309 No repair<br />

810 CV N/A 10.13.10 11.05.10 1248 4-3 158 No repair<br />

811 CV N/A 10.13.10 11.05.10 1248 3-2 138 No repair<br />

812 CV N/A 10.13.10 11.05.10 1248 2-1 120 No repair<br />

813 CV N/A 10.13.10 11.05.10 1248 13-12 367 No repair<br />

814 CV N/A 10.13.10 11.05.10 1248 12-1 97 No repair<br />

815 CV N/A 10.13.10 11.05.10 1248 1-1248 25 No repair<br />

929 CV N/A 10.22.10 11.19.10 1249 42A-1249 160 No repair<br />

930 CV N/A 10.22.10 11.19.10 1249 44-42D 40 No repair<br />

931 CV N/A 10.22.10 11.19.10 1249 42D-42C 80 No repair<br />

932 CV N/A 10.22.10 11.19.10 1249 42C-42B 132 No repair<br />

933 CV N/A 10.22.10 11.19.10 1249 42B-1249 153 No repair<br />

TOTAL 934 240313 $2,798,222.50<br />

No mainline repairs required. Only laterals repairs needed.<br />

* Cost of recommendations considers cost of "Sectional Liners" (538) and "Grouting" (529) versus "Cure in Place Liners" (537), in addition<br />

to applicable "De-root Main Line" (531), "Heavy Clean Mainline with Degreaser" (541), "Point Repair Main Line" (526), and "Grout Annular<br />

Space at Manhole/Pipe Connection" (513).<br />

No cost for applicable lateral repairs such as “Investigate Suspect Lateral" (595), "Grout Lateral Annular Space" (511), "Point Repair<br />

Lateral" (507), etc has been included.<br />

36


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “L”<br />

Special Line Segments (Not included)<br />

37


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “M”<br />

Repair Recommendations for MHs, Laterals, and Mainlines classified by Basin (One<br />

sample page included only / Total Pages 4)<br />

38


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Basin No. Repair Code Definition Count<br />

1233<br />

1234<br />

595 Inv Suspect Lateral 235<br />

507 Point Repair Lateral (Public Property) 42<br />

529 Clean, Test, Seal Main Line 32<br />

538 Sectional 29<br />

1 Insert Manhole Dish 23<br />

531 De-root Main Line 16<br />

513 Grout Annular Space at Manhole/Pipe Connection 15<br />

511 Grout Lateral Annular Space 10<br />

547 Cure-in-Place Liner (hold for another repair) 9<br />

541 Heavy Clean Mainline with Degreaser 7<br />

537 Cured-in-Place Liner 7<br />

392 Plug and Waterproof - Coat Entire Manhole 5<br />

594 Investigate Suspect Drop-Connection 3<br />

24 Plug and Waterproof-Coat Manhole Walls 2<br />

12 Seal Casting to Cone 2<br />

9 Realign and Seal Manhole Frame 2<br />

18 Plug and Waterproof-Coat Manhole cone 1<br />

557 Point Repair with Cured-in-Place Liner 1<br />

26 Repair leaks in manhole wall 1<br />

Total 442<br />

595 Inv Suspect Lateral 373<br />

529 Clean, Test, Seal Main Line 98<br />

531 De-root Main Line 73<br />

507 Point Repair Lateral (Public Property) 72<br />

538 Sectional 67<br />

547 Cure-in-Place Liner (hold for another repair) 43<br />

537 Cured-in-Place Liner 33<br />

513 Grout Annular Space at Manhole/Pipe Connection 16<br />

12 Seal Casting to Cone 13<br />

511 Grout Lateral Annular Space 11<br />

526 Point Repair Main Line 6<br />

557 Point Repair with Cured-in-Place Liner 5<br />

1 Insert Manhole Dish 2<br />

9 Realign and Seal Manhole Frame 2<br />

523 Plug Lateral at Point of Connection with Main Line 1<br />

31 Repair Leaks in Manhole Bench 1<br />

584 Robotics Repair Protruding Lateral 1<br />

594 Investigate Suspect Drop-Connection 1<br />

Total 818<br />

Grand Total 3,038<br />

39


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Appendix “N”<br />

Summary of Bid Costs<br />

Total Pages 1<br />

40


Preliminary Evaluation Prior to Design and/or Other Upgrades to the<br />

MDWASD Sanitary Sewer System Within the City of Miami Springs<br />

Line Replacement<br />

(525)<br />

Size (in) $/LF 0-9 ft depth $/LF 9-18 ft depth<br />

8 $ 34.50 $ 65.00<br />

10 $ 58.00 $ 84.00<br />

12 $ 58.00 $ 84.00<br />

15 $ 58.00 $ 84.00<br />

18 $ 58.00 $ 84.00<br />

24 $ 58.00 $ 84.00<br />

Sectional Liner<br />

(538)<br />

Cured in Place<br />

Liners (CIP)<br />

(537)<br />

Grouting<br />

(529)<br />

Point Repair<br />

(526)<br />

(557 CIP)<br />

Size (in) $/Each 8 ft Length $/LF Additional length<br />

8 $ 850.00 $ 1.00<br />

10 $ 800.00 $ 1.00<br />

12 $ 900.00 N/A<br />

15 $ 1,250.00 N/A<br />

18 $ 2,000.00 N/A<br />

24 $ 3,000.00 N/A<br />

Size (in)<br />

$/LF<br />

8 $ 20.00<br />

10 $ 23.00<br />

12 $ 24.00<br />

15 $ 30.00<br />

18 $ 40.00<br />

24 $ 60.00<br />

Size (in)<br />

$/LF<br />

8 $ 10.00<br />

10 $ 10.00<br />

12 $ 12.20<br />

15 $ 12.20<br />

18 $ 15.30<br />

24 $ 15.30<br />

$/Each (All Sizes)<br />

$ 3,000.00<br />

41


ARCHITECT - ENGINEER QUALIFICATIONS<br />

1. TITLE AND LOCATION (City and State)<br />

PART I - CONTRACT-SPECIFIC QUALIFICATIONS<br />

A. CONTRACT INFORMATION<br />

2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER<br />

4. NAME AND TITLE<br />

B. ARCHITECT-ENGINEER POINT OF CONTACT<br />

5. NAME OF FIRM<br />

6. TELEPHONE NUMBER<br />

7. FAX NUMBER<br />

8. E-MAIL ADDRESS<br />

(Check)<br />

C. PROPOSED TEAM<br />

(Complete this section for the prime contractor and all key subcontractors.)<br />

PRIME<br />

J-V<br />

PARTNER<br />

SUBCON-<br />

TRACTOR<br />

9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT<br />

a.<br />

CHECK IF BRANCH OFFICE<br />

b.<br />

CHECK IF BRANCH OFFICE<br />

c.<br />

CHECK IF BRANCH OFFICE<br />

d.<br />

CHECK IF BRANCH OFFICE<br />

e.<br />

CHECK IF BRANCH OFFICE<br />

f.<br />

CHECK IF BRANCH OFFICE<br />

D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached)<br />

AUTHORIZED FOR LOCAL REPRODUCTION<br />

STANDARD FORM 330 (6/2004) PAGE 1


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME 13. ROLE IN THIS CONTRACT<br />

a. TOTAL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

b.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

c.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

d.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

STANDARD FORM 330 (6/2004) PAGE 2


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME 13. ROLE IN THIS CONTRACT<br />

a. TOTAL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

b.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

c.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

d.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

STANDARD FORM 330 (6/2004) PAGE 2


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME 13. ROLE IN THIS CONTRACT<br />

a. TOTAL<br />

14. YEARS EXPERIENCE<br />

b. WITH CURRENT FIRM<br />

15. FIRM NAME AND LOCATION (City and State)<br />

16. EDUCATION (DEGREE AND SPECIALIZATION)<br />

17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

19. RELEVANT PROJECTS<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm<br />

a.<br />

(1) TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

(2) YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

b.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

c.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

d.<br />

Check if project performed with current firm<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

STANDARD FORM 330 (6/2004) PAGE 2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

PROFESSIONAL SERVICES<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

22. YEAR COMPLETED<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER'S INFORMATION<br />

a. PROJECT OWNER<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

a.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

e.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State)<br />

f.<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

(3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


26. NAMES OF KEY<br />

PERSONNEL<br />

(From Section E,<br />

Block 12)<br />

G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS<br />

28. EXAMPLE PROJECTS LISTED IN SECTION F<br />

27. ROLE IN THIS<br />

(Fill in "Example Projects Key" section below before completing<br />

CONTRACT<br />

table. Place "X" under project key number for<br />

(From Section E,<br />

participation in same or similar role.)<br />

Block 13) 1 2 3 4 5 6 7 8 9 10<br />

29. EXAMPLE PROJECTS KEY<br />

NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F)<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

STANDARD FORM 330 (6/2004) PAGE 4


ARCHITECT - ENGINEER QUALIFICATIONS<br />

1. TITLE AND LOCATION (City and State)<br />

PART I - CONTRACT-SPECIFIC QUALIFICATIONS<br />

A. CONTRACT INFORMATION<br />

2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER<br />

4. NAME AND TITLE<br />

B. ARCHITECT-ENGINEER POINT OF CONTACT<br />

5. NAME OF FIRM<br />

6. TELEPHONE NUMBER<br />

7. FAX NUMBER<br />

8. E-MAIL ADDRESS<br />

(Check)<br />

C. PROPOSED TEAM<br />

(Complete this section for the prime contractor and all key subcontractors.)<br />

PRIME<br />

J-V<br />

PARTNER<br />

SUBCON-<br />

TRACTOR<br />

9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT<br />

a.<br />

CHECK IF BRANCH OFFICE<br />

b.<br />

CHECK IF BRANCH OFFICE<br />

c.<br />

CHECK IF BRANCH OFFICE<br />

d.<br />

CHECK IF BRANCH OFFICE<br />

e.<br />

CHECK IF BRANCH OFFICE<br />

f.<br />

CHECK IF BRANCH OFFICE<br />

D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached)<br />

AUTHORIZED FOR LOCAL REPRODUCTION<br />

STANDARD FORM 330 (6/2004) PAGE 1


12. NAME<br />

Paul Hillers, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>, Boca Raton, Florida<br />

16. EDUCATION (Degree and Specialization)<br />

BSEE/1979/ Electrical <strong>Engineering</strong><br />

MSEE/1981/Electrical <strong>Engineering</strong><br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each person)<br />

13. ROLE IN THIS CONTRACT<br />

14. YEARS EXPEREINCE<br />

a. TOTAL b. WITH CURRENT FIRM<br />

Project Manager<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

17. CURRENT PROFIESSIONAL REGISTRATION (State and Discipline)<br />

31<br />

Florida Professional Engineer-41022<br />

Institute of Electrical and Electronic Engineers (IEEE), Instrument Society of America (ISA)<br />

a.<br />

b.<br />

c.<br />

d.<br />

e.<br />

19. RELEVANT PROJECTS<br />

City of West Palm Beach Water Treatment Plant Existing Electrical<br />

System Evaluation, Study and Maintenance Testing, West Palm Beach,<br />

FL<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

(2) YEAR COMPLETED:<br />

PROFESSIONAL SERVICES CONSTRUCTION (if applicable)<br />

X Check if project performed with current firm<br />

Project Manager – Hillers Electrical <strong>Engineering</strong> provided electrical analysis, study and design services to assist the City with<br />

managing the aging plant electrical power distribution system. Performed power monitoring of the existing system and analyzed<br />

anomalies in power quality. Performed Short Circuit, Device Coordination and Arc Flash Study of the existing power distribution<br />

system. Analyzed the power distribution system for vulnerabilities and recommended solutions to reinforce the system. As-built<br />

the existing plant electrical power distribution system and updated the plant one line diagrams.<br />

(1) TITLE AND LOCATION (City and State)<br />

East Central Regional Waste Water Treatment Plant Solids Handling<br />

Improvements Preliminary <strong>Engineering</strong> Report<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

2009<br />

PROFESSIONAL SERVICES<br />

2009<br />

2011<br />

(2) YEAR COMPLETED:<br />

18<br />

CONSTRUCTION (if applicable)<br />

Project Manager – Performed electrical and control systems analysis for the conceptual design of new biosolids handling,<br />

treatment and removal processes including new screening facilities, sludge pumping facilities, sludge storages facilities,<br />

anaerobic digestion facilities, sludge drying facilities and sludge cake removal. Provided conceptual design input to a possible<br />

cogeneration facility using methane gas generated in the anaerobic digestion process. Analyzed the existing plant normal and<br />

emergency electrical power distribution facilities, and control system infrastructure, to determine impacts and options to integrate<br />

and support the proposed process systems. Prepared options for integration into the plant of the electrical power generated by<br />

the proposed cogeneration facility. Created final study document sections for Electrical and Instrumentation and Control Systems<br />

and provided input into the budgetary cost estimate.<br />

(1) TITLE AND LOCATION (City and State)<br />

Broward County North Regional Wastewater Treatment Plant – Module E<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2006<br />

2010<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

X Check if project performed with current firm<br />

Project Manager - Electrical design and construction inspection services for construction of a 20 MGD capacity expansion and<br />

major process upgrade to the existing wastewater treatment plant. Process improvements included addition of a three 125 foot<br />

diameter primary clarifiers; four aeration basins; three 500 horsepower blowers; and suction sludge removal system. Project also<br />

included implementation of new PLC based SCADA system that included the integration of existing plant process components.<br />

(1) TITLE AND LOCATION (City and State)<br />

Palm Beach County Lake Region WTP Membrane Facilities – Belle Glade,<br />

FL<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2006<br />

2008<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

X<br />

Project Manager- Designed plant SCADA system with redundant hot backup PLC processors, Remote Input Output panels,<br />

redundant fiber optic communication data highway for the monitoring and control of on site plant systems for the operation of the<br />

RO Plant.<br />

(1) TITLE AND LOCATION (City and State)<br />

City of Orlando – Iron Bridge Regional Water Reclamation Facility<br />

Bardenpho Improvements to 40 MGD<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2006<br />

2008<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

Electrical design and construction inspection services for construction of 40 MGD capacity expansion, major process upgrade of<br />

the existing wastewater treatment system. Project included implementation of new electrical service and modification of existing<br />

four trains of fermentation basins, grit units, clarifiers, return activated sludge/waste activated sludge pump station, internal<br />

recycle pump stations, etc.<br />

X<br />

Check if project performed with current firm<br />

Check if project performed with current firm<br />

2008<br />

X<br />

Check if project performed with current firm


STANDARD FORM 330 (6/2004) PAGE 3<br />

STANDARD FORM 330 (1/2004) PAGE 2


12. NAME<br />

Mark E. Luther, P.E.<br />

15. FIRM NAME AND LOCATION (City and State)<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>, Boca Raton, Florida<br />

16. EDUCATION (Degree and Specialization)<br />

BSEE/1987/ Electrical <strong>Engineering</strong><br />

E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each person)<br />

13. ROLE IN THIS CONTRACT<br />

14. YEARS EXPEREINCE<br />

a. TOTAL b. WITH CURRENT FIRM<br />

Lead Electrical Engineer<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

17. CURRENT PROFIESSIONAL REGISTRATION (State and Discipline)<br />

25<br />

Florida Professional Engineer-48801<br />

Proficiency with SKM Power Tools for Windows DAPPER, CAPTOR, TMS and ARC FLASH; AutoCAD, LitePRO.<br />

a.<br />

19. RELEVANT PROJECTS<br />

City of West Palm Beach Water Treatment Plant Existing Electrical<br />

System Evaluation, Study and Maintenance Testing, West Palm<br />

Beach, FL<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED:<br />

15<br />

CONSTRUCTION (if applicable)<br />

2011<br />

X Check if project performed with current firm<br />

Lead Electrical Engineer – Hillers Electrical <strong>Engineering</strong> provided electrical analysis, study and design services to<br />

assist the City with managing the aging plant electrical power distribution system. Performed power monitoring of the<br />

existing system and analyzed anomalies in power quality. Performed Short Circuit, Device Coordination and Arc Flash<br />

Study of the existing power distribution system. Analyzed the power distribution system for vulnerabilities and<br />

recommended solutions to reinforce the system. As-built the existing plant electrical power distribution system and<br />

updated the plant one line diagrams.<br />

(1) TITLE AND LOCATION (City and State)<br />

Orange County Utilities 8 Master Pump Station<br />

Replacement/Rehabilitation<br />

PROFESSIONAL SERVICES<br />

2003<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

2008<br />

b.<br />

c.<br />

d.<br />

e.<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

X Check if project performed with current firm<br />

Lead Electrical Engineer - Performed electrical, instrumentation and control system engineering and design for<br />

replacement of eight master pump stations. Project was completed in three phases with two pump stations in the<br />

first phase, four in the second phase and two in the third phase. The projects consisted of main gear, ATS with<br />

generator and panel board. The projects consisted of a main control panel with Siemens PLC and spread spectrum<br />

radio communication, back-up control panel with floats, and field instrumentation such as ultrasonic level<br />

transducer and magnetic flowmeter. The electrical and instrumentation equipment are housed in an electrical<br />

enclosure with 150 mph wind loading. The generators are housed in a walk-in enclosure with 150mph wind loading.<br />

(1) TITLE AND LOCATION (City and State)<br />

East Central Regional Waste Water Treatment Plant Solids<br />

Handling Improvements Preliminary <strong>Engineering</strong> Report<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2009<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

2010<br />

X Check if project performed with current firm<br />

Lead Electrical Engineer – Performed electrical and control systems analysis for the conceptual design of new<br />

biosolids handling, treatment and removal processes including new screening facilities, sludge pumping facilities,<br />

sludge storages facilities, anaerobic digestion facilities, sludge drying facilities and sludge cake removal. Provided<br />

conceptual design input to a possible cogeneration facility using methane gas generated in the anaerobic digestion<br />

process. Analyzed the existing plant normal and emergency electrical power distribution facilities, and control<br />

system infrastructure, to determine impacts and options to integrate and support the proposed process systems.<br />

Prepared options for integration into the plant of the electrical power generated by the proposed cogeneration<br />

facility. Created final study document sections for Electrical and Instrumentation and Control Systems and provided<br />

input into the budgetary cost estimate.<br />

(1) TITLE AND LOCATION (City and State)<br />

ENCON Plant Expansion-Loxahatchee River District, Jupiter, FL<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2005<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

2007<br />

X<br />

Lead Electrical Engineer- Provided electrical design and construction inspection services for construction of a 2.0<br />

MGD capacity expansion and major process upgrade to the existing wastewater treatment plant. Process<br />

improvements included addition of a fourth primary clarifier; two influent flow equalization tanks; replacement of the<br />

existing cryogenic oxygenation system with aeration basins and blowers; upgrades to RAS and WAS pumping<br />

facilities; new chlorine facilities; new chlorine contact chambers for reuse system disinfection; new synthetic media<br />

filters for reuse water filtering; and a new sludge storage and holding facility.<br />

(1) TITLE AND LOCATION (City and State)<br />

Town of Jupiter Nanofiltration Plant, Jupiter, Florida<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

PROFESSIONAL SERVICES<br />

2007<br />

Check if project performed with current firm<br />

(2) YEAR COMPLETED:<br />

CONSTRUCTION (if applicable)<br />

2010<br />

X<br />

Check if project performed with current firm<br />

Lead Electrical Engineer – Performed electrical, instrumentation and control system engineering and design for a 14.7<br />

MGD (expandable to 17 MGD) nanofiltration plant including, normal and emergency power systems, plant control<br />

system architecture, process instrumentation design, variable frequency drive application, fire alarm system, plant<br />

surveillance and communication systems, interface with existing plant control system.


STANDARD FORM 330 (6/2004) PAGE 3<br />

STANDARD FORM 330 (1/2004) PAGE 2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, If not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Lake Region WTP Membrane Facilities, Belle Glade, FL<br />

PROFESSIONAL SERVICES<br />

2006<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

CONSTRUCTION (if Applicable)<br />

2008<br />

a. PROJECT OWNER<br />

Palm Beach County Water Utilities<br />

Department<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Brian Shields<br />

561-493-6081<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Provided instrumentation and control design for the Lake Region Water Treatment Plant, plant off site well field and related systems at<br />

the existing Belle Glade, Pahokee and South Bay water treatment facilities. The instrumentation and controls design is based on an<br />

overall plant production of 10 MGD with 9.5 MGD of reverse osmosis membrane treatment and .5 MGD of pretreated raw water<br />

blending. The primary treatment process for the plant is low pressure reverse osmosis (LPRO) membrane treatment skids. PBCWUD<br />

elected to use brackish water from the Upper Floridan aquifer (UFA) as a supply source to a facility which led to the use of LPRO<br />

membrane treatment for the Lake Region Plant. The off site well field is designed to provide 12.375 MGD of raw water to the plant for<br />

treatment. Each of the eight Upper Floridan Aquifer wells are monitored and controlled by a PLC based Remote Telemetry Unit (RTU)<br />

that uses radio signals to transmit data to and from the plant for control and monitoring of the wells. The plant high service pump (HSP)<br />

station will provide pressure for transmission to the various utilities. A 30-inch diameter finished water main will leave the plant. A 16-<br />

inch diameter main will branch from the 30-inch diameter main and will deliver up to 1.5 MGD of finished water flow to Pahokee. The<br />

30-inch diameter main will continue towards Belle Glade and South Bay with a 24-inch diameter main branching off to Belle Glade and<br />

a 16-inch diameter main branching off to South Bay. The 16-inch diameter transmission main will carry up to 1.5 MGD of finished water<br />

South Bay. Up to 7.0 MGD of finished water from the LRWTP will be delivered to Belle Glade via a 24-inch diameter transmission main.<br />

Hillers Electrical <strong>Engineering</strong> is part of the team providing construction inspection services for this project that is scheduled for<br />

completion in 2008.<br />

Project Highlights:<br />

<br />

<br />

<br />

<br />

Design plant SCADA system with redundant hot backup PLC processors, Remote Input Output panels, redundant fiber optic<br />

communication data highway for the monitoring and control of on site plant systems for the operation of the RO Plant.<br />

Design a Remote Telemetry System with a plant radio base station and off site RTU units for each of the raw water wells and<br />

units located at Belle Glade, Pahokee and South Bay water treatment facilities.<br />

Design control and monitoring strategies for automated plant start up to include pretreatment systems, acid addition, and<br />

cartridge filtration; membrane treatment including feedwater pumping, reverse osmosis treatment, and associated membrane<br />

cleaning facilities; post-treatment including degasification, off gas odor control, blended water clearwell storage, disinfection,<br />

chemical addition for water stabilization, and transfer pumping; finished water storage and high service pumping.<br />

Design plant wide security access control system, CCTV system and fire alarm system.<br />

Cost: $20M<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

Hillers Electrical <strong>Engineering</strong>,<br />

<strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Boca Raton, Florida<br />

(3) ROLE<br />

I & C, Security & Access System, Power, Design and<br />

Construction Services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, If not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

RO Expansion WTP 3, Delray Beach, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

CONSTRUCTION (if Applicable)<br />

2008<br />

a. PROJECT OWNER<br />

Palm Beach County Water Utilities<br />

Department<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

Brian Shields<br />

561-493-6081<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Provided instrumentation and control design, construction inspection services and facility start up services for the expansion of the<br />

existing plant that produced 9.4 MGD nanofiltration with 7 MGD lime softening water plant to a 25.5 MGD nanofiltration water treatment<br />

with 4.5 MGD filtered raw water blending for total plant output of 30 MGD. A phase-out of the existing lime facilities was desired with the<br />

full treatment capacity to be delivered by nanofiltration. PBCWUD desired to significantly alter the configuration of the existing plant and<br />

add an entirely new membrane process building while maintaining full use off the existing treatment capacity. This approach allowed all<br />

membrane treatment to be consolidated and the existing buildings to be re-used for associated pretreatment and pumping functions.<br />

The design team carefully crafted a construction sequence that allowed orderly start-up of new capacity without existing facility<br />

operation interruption. Instrumentation and control design included intermediate phase and final phase SCADA system designs to<br />

maintain plant operations during the construction process.<br />

Project Highlights:<br />

Design plant SCADA system with redundant hot backup PLC processors, Remote Input Output panels and a redundant fiber<br />

optic communication data highway for the monitoring and control of plant systems for the operation of the RO Plant.<br />

Design intermediate plant PLC configuration and programming requirements to maintain existing nanofiltration plant<br />

operations during the phased construction sequence and to start up and test the new nanofiltration systems.<br />

Design plant PLC configuration and programming requirements for plant operations in the 30 MGD plant configuration.<br />

Design control and monitoring strategies for automated plant start up to include pretreatment systems including sand<br />

separation, acid addition, and cartridge filtration; membrane treatment including feedwater pumping, nanofiltration treatment,<br />

and associated membrane cleaning facilities; post-treatment including degasification, off gas odor control, blended water<br />

clearwell storage, disinfection, chemical addition for water stabilization, and transfer pumping; finished water storage and<br />

pumping improvements including two 5-million-gallon ground storage tanks and new high service pumping.<br />

Design plant wide security access control system.<br />

Cost: $36.5M<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

Hillers Electrical <strong>Engineering</strong>,<br />

<strong>Inc</strong>.<br />

(2) FIRM LOCATION (City and State)<br />

Boca Raton, Florida<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

(3) ROLE<br />

I & C, Security & Access System, Power, Design and<br />

Construction Services<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, If not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Southern Regional Water Reclamation Facility Expansion, Delray<br />

Beach, FL<br />

PROFESSIONAL SERVICES<br />

2005<br />

23. PROJECT OWNER’S INFORMATION<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

CONSTRUCTION (if Applicable)<br />

2007<br />

a. PROJECT OWNER<br />

Palm Beach County Water Utilities<br />

Department<br />

b. POINT OF CONTACT NAME<br />

David Dalton<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

561-381-5303<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Provided electrical design and construction inspection services for construction of a 16.0 MGD capacity expansion of the reuse water<br />

system to the existing water reclamation facility. Process improvements included addition of reuse water high service pump station, new<br />

effluent filters and extending facility SCADA system to include the PLC based controls of the new filters.<br />

Project Highlights:<br />

Modifications to the facility medium voltage 4160 volt main service gear to add two breakers to feed the new reuse water<br />

Switchgear.<br />

Design of reuse water double ended unit substation 480 volt Switchgear for installation in the existing main electrical building.<br />

Implementation of variable frequency drives and solid state reduced voltage starters.<br />

Design electrical system to feed the new facility filters.<br />

Modifications to the existing effluent pump station unit substation 480 volt Switchgear to add feeder breakers for the new filter<br />

systems<br />

Reuse Water Pump station and Filter structures lighting; grounding and lightning protection systems.<br />

Cost: $ 400,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

(1) FIRM NAME<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong><br />

(2) FIRM LOCATION (City and State)<br />

Boca Raton, Florida<br />

(3) ROLE<br />

I & C, Power, Design and Construction Services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, If not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

Southern Regional Water Reclamation Facility, Delray Beach, FL<br />

a. PROJECT OWNER<br />

Palm Beach County Water Utilities<br />

Department<br />

PROFESSIONAL SERVICES<br />

2008<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

David Dalton<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

CONSTRUCTION (if Applicable)<br />

2009<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

561-381-5303<br />

The existing medium voltage emergency power distribution system had a single means of connection to the existing utility power<br />

distribution system equipment that, if were to fail, would prevent emergency power from energizing the facility on a loss of utility power.<br />

HEE designed a second route of power from the existing emergency generator medium voltage paralleling switchgear to the existing<br />

medium voltage power distribution switchgear including bus re-work in the generator paralleling switchgear, expansion of the existing<br />

utility power distribution switchgear, and re-design of the breaker operating control logic to achieve two independent generator/utility<br />

breaker pairs, and an interlocked manual tie breaker, to greatly improve the reliability of the existing system.<br />

Cost: $1.2M<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE<br />

a.<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong><br />

Boca Raton, Florida<br />

Electrical design and construction services<br />

b.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, If not specified.<br />

Complete one Section F for each project.)<br />

21. TITLE AND LOCATION (City and State)<br />

City of Ft. Lauderdale: Five Ash Water Treatment Plant Upgrades<br />

a. PROJECT OWNER<br />

City of Ft. Lauderdale<br />

PROFESSIONAL SERVICES<br />

2006<br />

23. PROJECT OWNER’S INFORMATION<br />

b. POINT OF CONTACT NAME<br />

Paul Bolander<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

22. YEAR COMPLETED<br />

20. EXAMPLE PROJECT KEY<br />

NUMBER<br />

CONSTRUCTION (if Applicable)<br />

2008<br />

c. POINT OF CONTACT TELEPHONE NUMBER<br />

954-522-2604<br />

Hillers Electrical <strong>Engineering</strong> provided electrical design and construction inspection services for the reliability upgrade of the existing 70<br />

MGD capacity plant at Five Ash Water Treatment Plant. Process improvements included modification of existing high service pump<br />

system, washwater recovery pump system, sludge mixer system, sludge pump system, filter backwash pump system, lime system,<br />

polymer system, and replacement of all pneumatic valves associated with filters to electric valves. Project also included design and<br />

implementation of uninterrupted power supply system for all process instruments and controls.<br />

Project Highlights:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Modification to existing plant electrical infrastructure including design and replacement of motor control centers, power panels,<br />

etc.<br />

Modification of the existing medium voltage starters for north high service pumps<br />

Design and replacement of existing motor starters for washwater recovery pumps<br />

Design and replacement of existing motor starters for sludge tank mixers and sludge pumps<br />

Addition of the uninterrupted power supply with distribution panels throughout the plants for instrumentation and control<br />

system<br />

Complete replacement of the existing filters pneumatic valves with electric valve actuators operating on the Profibus protocol<br />

Complete replacement of polymer system including control panels and metering pumps<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) FIRM NAME<br />

(2) FIRM LOCATION (City and State)<br />

(3) ROLE<br />

Hillers Electrical<br />

Boca Raton, Florida<br />

Electrical design and construction services<br />

<strong>Engineering</strong>, <strong>Inc</strong><br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

c.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) FIRM NAME<br />

.<br />

(2) FIRM LOCATION (City and State) (3) ROLE


26. NAMES OF KEY<br />

PERSONNEL<br />

(From Section E, Block 12)<br />

G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS<br />

27. ROLE IN THIS CONTRACT<br />

(From Section E, Block 13)<br />

Paul Hillers, PE Project Manager X X X X X<br />

Mark Luther, PE Project Engineer X X X X X<br />

28. EXAMPLE PROJECTS LISTED IN SECTION F<br />

(Fill in “Example Projects Key” section below before completing<br />

table. Place “X” under project key number for participation in same<br />

or similar role.)<br />

1 2 3 4 5 6 7 8 9 10<br />

29. EXAMPLE PROJECTS KEY<br />

NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F)<br />

1 Lake Region WTP Membrane Facilities 6<br />

2 RO Expansion WTP 3 7<br />

3 SRWRF Expansion 8<br />

4 SRWRF Improvements 9<br />

5 Five Ash WTP Upgrades 10<br />

STANDARD FORM 330 (6/2004) PAGE 1


H. ADDITIONAL INFORMATION<br />

30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>. has been in business since 1994 and is located in Boca Raton, Florida. Hillers<br />

Electrical <strong>Engineering</strong>, <strong>Inc</strong>. (HEE) brings over 200 years of unsurpassed experience, expertise, and personalized<br />

service in electrical engineering design, control application programming, and construction management. Our<br />

electrical design services include power, control, instrumentation, telemetry, start-up assistance, construction<br />

management services and PLC/computer programming for County and State municipal agencies as well as private<br />

industry.<br />

Our office is fully equipped with state-of-the-art computer systems and engineering software to help ensure a<br />

quality and cost-effective product. Software programs include AutoCAD SKM fault current/coordination/arc flash<br />

program, generator sizing programs, and 3 dimensional lighting calculations program.<br />

HEE design staff brings vast electrical, instrumentation and telemetry design and project management experience<br />

in a variety of areas such as raw water wells, ASR and DIW wells, water treatment facilities, water distribution<br />

systems, wastewater collection systems, wastewater treatment facilities including reuse, storm water and treatment<br />

pumping stations, airport terminals, airport runway-taxiway-apron lighting and navigational systems, sportsfield<br />

lighting, roadway and parking lot lighting, fire stations, etc..<br />

HEE provides a variety of electrical, instrumentation and telemetry design and construction management tasks<br />

including:<br />

Low, Medium, and High Voltage Power Distribution Systems<br />

Motor Control Centers (MCCs)<br />

Distribution Panels<br />

Voltage Drop Calculations<br />

Variable Frequency Drive (VFD) Application<br />

Luminaire Calculations<br />

Short-Circuit Calculations, Protective Device Coordination & Arc Flash<br />

Standby Generator Systems<br />

Fire Alarm and Security Systems<br />

Instrumentation & Control Systems<br />

Telemetry Systems<br />

Supervisory Control and Data Acquisition (SCADA) Systems<br />

Shop Drawing Review<br />

Energy Audits<br />

Cost Estimates, Testing, and Start-Ups<br />

The nature of Consulting is such that responsiveness is the key to maintaining a long-term relationship. HEE takes<br />

great pride in ensuring that we are immediately accessible and responsive to our client’s needs. This is<br />

demonstrated in the excellent relationship we have established over the last 18 years with many municipalities and<br />

environmental consulting firms.<br />

I. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

31. SIGNATURE<br />

33. NAME AND TITLE<br />

Paul Hillers, President<br />

32. DATE<br />

6-11-12<br />

STANDARD FORM 330 (6/2004) PAGE 5


ARCHITECT–ENGINEER QUALIFICATIONS<br />

1. SOLICITATION NUMBER (If Any)<br />

2012-10<br />

2a. FIRM (OR BRANCH OFFICE) NAME<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>.<br />

2b. STREET<br />

23257 State Road 7, Suite 100<br />

2c. CITY<br />

Boca Raton<br />

6a. POINT OF CONTACT NAME AND TITLE<br />

Paul Hillers, President<br />

PART II – GENERAL QUALIFICATIONS<br />

(If a firm has branch offices, complete for each specific branch office seeking work.)<br />

2d. STATE<br />

Florida<br />

3. YEAR ESTABLISHED<br />

1994<br />

a. TYPE<br />

Corporation<br />

5. OWNERSHIP<br />

2e. ZIP CODE<br />

33428 b. SMALL BUSINESS STATUS<br />

Yes<br />

7. NAME OF FIRM (If block 2a is branch office)<br />

4. DUNS NUMBER<br />

876227059<br />

6b. TELEPHONE NUMBER<br />

561-451-9165<br />

6c. E-MAIL ADDRESS<br />

phillers@hillersee.com<br />

8a. FORMER FIRM NAME(S) (If any) 8b. YR. ESTABLISHED 8c. DUNS NUMBER<br />

NA NA NA<br />

a. Function<br />

Code<br />

9. EMPLOYEES BY DISCIPLINE<br />

b. Discipline<br />

c. No. of Employees<br />

(1) FIRM (2) BRANCH<br />

a. Profile<br />

Code<br />

10. PROFILE OF FIRM’S EXPERIENCE AND<br />

ANNUAL REVENUE FOR LAST 5 YEARS<br />

b. Experience<br />

c. Revenue Index<br />

Number<br />

(see below)<br />

21 Electrical & Instrumentation Design Engineers 9 A05 Airport NAVAIDS, ILS, Lighting, Aircraft Fueling 5<br />

16 Electrical Construction Manager 2 A06 Airport Terminals and Hangars;Freight Handling 5<br />

08 CADD Technician 1 E03 Electrical Studies and Design 3<br />

02 Administrative 1 W03<br />

Water Supply; Treatment and Distribution(Electrical<br />

and instrumentation design<br />

5<br />

Other Employees<br />

Total 13<br />

11. ANNUAL AVERAGE PROFESSIONAL<br />

SERVICES REVENUES OF FIRM<br />

PROFESSIONAL SERVICES REVENUE INDEX NUMBER<br />

FOR LAST 3 YEARS<br />

1. Less than $100,000 6. $2 million to less than $5 million<br />

(Insert revenue index number shown at right) 2. $100,00 to less than $250,000 7. $5 million to less than $10 million<br />

a. Federal Work 1 3. $250,000 to less than $500,000 8. $10 million to less than $25 million<br />

b. Non-Federal Work 6 4. $500,000 to less than $1 million 9. $25 million to less than $50 million<br />

c. Total Work 7 5. $1 million to less than $2 million 10. $50 million or greater<br />

12. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

b. DATE<br />

a. SIGNATURE<br />

c. NAME AND TITLE<br />

Paul Hillers, President<br />

6/4/2012<br />

STANDARD FORM 330 (6/2004)


ARCHITECT–ENGINEER QUALIFICATIONS<br />

1. SOLICITATION NUMBER (If Any)<br />

2012-10<br />

2a. FIRM (OR BRANCH OFFICE) NAME<br />

Hillers Electrical <strong>Engineering</strong>, <strong>Inc</strong>.<br />

2b. STREET<br />

23257 State Road 7, Suite 100<br />

2c. CITY<br />

Boca Raton<br />

6a. POINT OF CONTACT NAME AND TITLE<br />

Paul Hillers, President<br />

PART II – GENERAL QUALIFICATIONS<br />

(If a firm has branch offices, complete for each specific branch office seeking work.)<br />

2d. STATE<br />

Florida<br />

3. YEAR ESTABLISHED<br />

1994<br />

a. TYPE<br />

Corporation<br />

5. OWNERSHIP<br />

2e. ZIP CODE<br />

33428 b. SMALL BUSINESS STATUS<br />

Yes<br />

7. NAME OF FIRM (If block 2a is branch office)<br />

4. DUNS NUMBER<br />

876227059<br />

6b. TELEPHONE NUMBER<br />

561-451-9165<br />

6c. E-MAIL ADDRESS<br />

phillers@hillersee.com<br />

8a. FORMER FIRM NAME(S) (If any) 8b. YR. ESTABLISHED 8c. DUNS NUMBER<br />

NA NA NA<br />

a. Function<br />

Code<br />

9. EMPLOYEES BY DISCIPLINE<br />

b. Discipline<br />

c. No. of Employees<br />

(1) FIRM (2) BRANCH<br />

a. Profile<br />

Code<br />

10. PROFILE OF FIRM’S EXPERIENCE AND<br />

ANNUAL REVENUE FOR LAST 5 YEARS<br />

b. Experience<br />

c. Revenue Index<br />

Number<br />

(see below)<br />

21 Electrical & Instrumentation Design Engineers 9 A05 Airport NAVAIDS, ILS, Lighting, Aircraft Fueling 5<br />

16 Electrical Construction Manager 2 A06 Airport Terminals and Hangars;Freight Handling 5<br />

08 CADD Technician 1 E03 Electrical Studies and Design 3<br />

02 Administrative 1 W03<br />

Water Supply; Treatment and Distribution(Electrical<br />

and instrumentation design<br />

5<br />

Other Employees<br />

Total 13<br />

11. ANNUAL AVERAGE PROFESSIONAL<br />

SERVICES REVENUES OF FIRM<br />

PROFESSIONAL SERVICES REVENUE INDEX NUMBER<br />

FOR LAST 3 YEARS<br />

1. Less than $100,000 6. $2 million to less than $5 million<br />

(Insert revenue index number shown at right) 2. $100,00 to less than $250,000 7. $5 million to less than $10 million<br />

a. Federal Work 1 3. $250,000 to less than $500,000 8. $10 million to less than $25 million<br />

b. Non-Federal Work 6 4. $500,000 to less than $1 million 9. $25 million to less than $50 million<br />

c. Total Work 7 5. $1 million to less than $2 million 10. $50 million or greater<br />

12. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

b. DATE<br />

a. SIGNATURE<br />

c. NAME AND TITLE<br />

Paul Hillers, President<br />

6/4/2012<br />

STANDARD FORM 330 (6/2004)


1. TITLE AND LOCATION (City and State)<br />

ARCHITECT – ENGINEER QUALIFICATIONS<br />

PART I – CONTRACT SPECIFIC QUALIFICATIONS<br />

A. CONTRACT INFORMATION<br />

2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER<br />

4. NAME AND TITLE<br />

B. ARCHITECT – ENGINEER POINT OF CONTACT<br />

5. NAME OF FIRM<br />

6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS<br />

(Check)<br />

C. PROPOSED TEAM<br />

(Complete this section for the prime contractor and all key subcontractors.)<br />

PRIME<br />

J-V<br />

PARTNER<br />

SUBCON-<br />

TRACTOR<br />

9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT<br />

a.<br />

GEOSOL, <strong>Inc</strong>.<br />

Oracio Riccobono, P.E,<br />

President<br />

CHECK IF BRANCH OFFICE<br />

5795-A NW 151 st Street,<br />

Miami Lakes, FL 33014<br />

(305) 828-4367<br />

Geosolusa@bellsouth.net<br />

Soils, Foundations &<br />

Materials Testing<br />

b.<br />

CHECK IF BRANCH OFFICE<br />

c.<br />

CHECK IF BRANCH OFFICE<br />

d.<br />

CHECK IF BRANCH OFFICE<br />

e.<br />

CHECK IF BRANCH OFFICE<br />

f.<br />

CHECK IF BRANCH OFFICE<br />

D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached)<br />

AUTHORIZED FOR LOCAL REPRODUCTION<br />

MANDATORY USE DATE OF FORM 6/2004<br />

STANDARD FORM 330 (6/2004) PAGE 1


E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT<br />

(Complete one Section E for each key person.)<br />

12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE<br />

Oracio Riccobono, P.E. Geotechnical Engineer A. TOTAL B. WITH CURRENT FIRM<br />

26 12<br />

15. FIRM NAME AND LOCATION (City and State)<br />

GEOSOL, <strong>Inc</strong>.; 5795-A NW 151 st Street, Miami Lakes, FL 33014<br />

16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)<br />

Civil Engineer (BSCE) and Master Degree (MSCE in Geotechnical Registration No. 49324 (Florida, Civil <strong>Engineering</strong>)<br />

Enginering)<br />

18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)<br />

American Society of Civil Engineers<br />

Florida <strong>Engineering</strong> Society<br />

19. RELEVANT PROJECTS<br />

a.<br />

b.<br />

c.<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

Areawide and Districtwide Geotechnical Consultant, FDOT Districts 4 and 6, over from Monroe<br />

to Osceola Counties<br />

PROFESSIONAL SERVICES<br />

2003 – Ongoing N/A<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

Project Geotechnical Engineer responsible for negotiating each task work orders (TWO), planning the geotechnical exploration and laboratory testing programs, preparation of<br />

geotechnical engineering reports with foundation design and construction recommendations for new and existing roadway projects during Preliminary and Final Design<br />

phases. Project has budget cap of $1.5 millions. To date, we have successfully executed 95 TWO and have spent $1.3 millions.<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

MIC-MIA Elevated People’s Mover, Miami-Dade County, FL, FDOT District 6. PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

2004 - 2006 Has not started<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering<br />

report with foundation design and construction recommendations for the new viaduct bridge that will provide connection between the Miami Intermodal<br />

Center (MIC) and the Miami International Airport (MIA). Geotechnical fees were $200,000<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

Bridge Replacement for New Railroad Tracks Over the New River, Broward County, FL, TRI-<br />

COUNTY COMMUTER RAIL<br />

PROFESSIONAL SERVICES<br />

2001 - 2003 2004 - 2006<br />

CONSTRUCTION (If applicable)<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

Project Geotechnical Engineer responsible for planning the preliminary geotechnical exploration and laboratory testing programs, preparation of the preliminary geotechnical<br />

engineering reports during preparation of Design-Build Documents for the new viaduct bridge. Also, involved during construction reviewing and approving contractor’s<br />

submittals and performing verification type testing. Geotechnical fees during design were $500,000<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

d.<br />

e.<br />

SR 826 and NW 36 th Street Interchange, Miami-Dade County, FL, FDOT District 6. PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

2001- 2003 2004 - 2006<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering report with<br />

foundation design and construction recommendations for the new bridges and retaining walls. Geotechnical fees were $250,000<br />

(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED<br />

SR 826 and Okeechobee Road, Miami-Dade County, FL, FDOT District 6. PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

2001- 2003 2004 - 2006<br />

(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE<br />

Check if project performed with current firm<br />

Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, preparation of geotechnical engineering report with<br />

foundation design and construction recommendations for the new bridges and retaining walls. Geotechnical fees were $150,000<br />

STANDARD FORM 330 (6/2004) PAGE 2


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

1<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

Areawide and Districtwide Geotechnical Consultant, FDOT Districts 4 and 6, over from Monroe to<br />

Osceola Counties<br />

23. PROJECT OWNER’S INFORMATION<br />

PROFESSIONAL SERVICES<br />

2003 – 2012 N/A<br />

CONSTRUCTION (If applicable)<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

FDOT Districts 4 and 6 Materials Office Mr. Juan Castellanos, P.E. (954) 475-4111<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Project Geotechnical Engineer responsible for negotiating each task work orders (TWO), planning the geotechnical exploration and<br />

laboratory testing programs, preparation of geotechnical engineering reports with foundation design and construction recommendations<br />

for new and existing roadway projects during Preliminary and Final Design phases. Project has budget cap of $1.5 millions. To date,<br />

we have successfully executed 95 TWO and have spent $1.3 millions.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

GEOSOL, <strong>Inc</strong>.; 5795-A NW 151 st Street,<br />

Miami Lakes, FL 33014<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

Sr. Geotechnical Engineer<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

2<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

NE 2 nd Avenue Improvements, From NE 20 Th to NE 87 th Streets, City of Miami, FL<br />

PROFESSIONAL<br />

SERVICES<br />

April to July 2005<br />

CONSTRUCTION (If<br />

applicable)<br />

Has not started<br />

23. PROJECT OWNER’S INFORMATION<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE<br />

NUMBER<br />

The City of Miami c/o: DMJM Harris, <strong>Inc</strong>. Mr. Alex Meitin, P.E (305) 444-8241<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Project Geotechnical Engineer responsible for planning geotechnical exploration and laboratory testing programs, preparation of geotechnical<br />

engineering report with foundation design and construction recommendations. Scope included collection of 20 asphalt pavement cores,<br />

performance of 104 test borings and 40 percolation tests. Geotechnical fees were $46,630.<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

3<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SR-5/Byscayne Blvd. Improvements, From NE 14 th to NE 38 th Streets, City of<br />

Miami, FL<br />

PROFESSIONAL SERVICES<br />

Dec. 04 to March 05 2008<br />

CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER’S INFORMATION<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

FDOT District 6 Mr. Jason Chang, P.E. (305) 470-5331<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Project Geotechnical Engineer responsible for planning the final design level geotechnical exploration and laboratory testing programs, preparation<br />

of the geotechnical engineering reports for the proposed reconstruction. The geotechnical services for this project consisted in the performance of a<br />

roadway soils survey including asphalt pavement coring along the existing City of Miami side streets in order to provide recommendations for the<br />

proposed construction, 14 signalized intersections and 6 sign structures. The geotechnical services were performed using the requested scope of<br />

services and the field exploration criteria established in the FDOT's Soils and Foundations Handbook (2004). Scope included 88 test borings for soil<br />

survey, 59 pavement cores, 28 borings for signalized intersections, 6 borings for sign structures and LBR testing . Geotechnical fees during design<br />

were $97,260.65<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

4<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SR 836 Extension, From NW 107 th to NW 137 th Avenues, Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER’S INFORMATION<br />

Jan.2004 to Dec. 2005 2007<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

Miami-Dade County Expressway Authority c/o Gannett Fleming, <strong>Inc</strong>.<br />

(786) 845-9540<br />

(MDX)<br />

Mr. Carlos Cejas, P.E.<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer for this project. Design-Build project construction cost was $140,000,000. He was<br />

responsible for design and implementation of the project’s field exploration and laboratory testing programs. He is responsible for the geotechnical<br />

engineering analyses and design for foundation elements of 9 bridges. He is also responsible for geotechnical engineering evaluations and<br />

foundation recommendations for MSE retaining walls, sheet pile walls and signalization structures. He prepared geotechnical engineering reports<br />

containing recommendations for foundation design and construction for the new bridges, MSE walls, sheet pile walls and roadways. Geotechnical<br />

fees were $500,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

5<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SR 826 and NW 36 th Street Interchange, Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER’S INFORMATION<br />

2001- 2003 2006<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

FDOT District 6 Mr. Ali Toghiani, P.E. (305) 470-5343<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer during the Final Design phase of this project. Responsible for design<br />

and implementation of the project’s field exploration and laboratory testing programs. Performed geotechnical engineering<br />

analyses and design for foundation elements for the replacement of the 2 mainline bridges and a bridge widening on NW<br />

36 th Street over the Ives Dairy Canal. Driven piles will support the bridges. Also, performed geotechnical engineering<br />

evaluations and provided recommendations for MSE retaining walls, critical sheet pile walls and sign structures.<br />

Additionally, the project involved the evaluation of ground improvement methods and recommendations in the area of the<br />

on Ramp “A”. Also performed review and interpretation of aerial photographs to determine the horizontal limits of<br />

trash/debris deposits that were placed in the late 1960's after the area was mined of its natural limestone formation. He<br />

interpreted the results of the test borings and laboratory testing programs, evaluated and performed analyses of various<br />

soil stabilization methods. Prepared geotechnical engineering reports containing recommendations for foundation design<br />

and construction for the bridges, MSE walls, sheet pile walls and sign structures. The geotechnical reports were reviewed<br />

and approved by the FDOT District geotechnical engineer. Geotechnical fees were $200,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

6<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SR 826 and SW 8 th Street Interchange, Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER’S INFORMATION<br />

2002- 2003 2007<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

FDOT District 6 Mr. Ali Toghiani, P.E. (305) 470-5343<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer during the Final Design phase of this project. Responsible for design<br />

and implementation of the project’s field exploration and laboratory testing programs. Performed geotechnical<br />

engineering analyses and design for foundation elements of 5 bridge widening/replacements to be founded on driven<br />

piles. The project also includes sheet pile walls, noise barrier walls (along the four ramps) and sign structures. Prepared<br />

the geotechnical engineering reports containing recommendations for foundation design and construction for bridges,<br />

sheet piles, noise walls and signs. Geotechnical fees were $200,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

7<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SW 88 th Street/Kendall Drive On-Ramp to NB SR 874; Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable)<br />

23. PROJECT OWNER’S INFORMATION<br />

2004-2005 2006-2007<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

Miami-Dade County Expressway Authority<br />

(MDX)<br />

c/o Corzo Castella Carballo Thompson<br />

Salman P.A.<br />

Attn.: Mr. Walfrido Pevida, P.E.<br />

(305) 445-2900<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer during the Final Design phase of this project. Responsible for design<br />

and implementation of the project’s field exploration and laboratory testing programs. Performed geotechnical<br />

engineering analyses and design for foundation elements of a major new bridge to be founded on drilled shafts. The<br />

project also included sheet pile walls, noise barrier walls sign structures and signalized intersections. He prepared the<br />

geotechnical engineering reports containing recommendations for foundation design and construction for bridges, sheet<br />

piles, noise walls, signs mast arms and roadways. Geotechnical fees were $400,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

8<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

NW 74 th Street Interchange at the Homestead Extension of Florida’s Turnpike<br />

(HEFT), Miami-Dade County, FL<br />

23. PROJECT OWNER’S INFORMATION<br />

PROFESSIONAL SERVICES<br />

April 05 – Jan. 06 2008-2011<br />

CONSTRUCTION (If applicable)<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

FDOT Turnpike Enterprise<br />

c/o Gannett Fleming, <strong>Inc</strong>.<br />

(786) 845-9540<br />

Mr. Alina Fernandez, P.E.<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer for this project. Responsible for design and implementation of the project’s field exploration and<br />

laboratory testing programs as well as for the geotechnical engineering analyses and design for foundation elements of 5 bridges. Also, performed<br />

geotechnical engineering evaluations and foundation recommendations for MSE retaining walls, sheet pile walls and signalization structures.<br />

Prepared preliminary and final geotechnical engineering reports containing recommendations for foundation design and construction for the new<br />

bridges, MSE walls, sheet pile walls and roadways. Geotechnical fees were $380,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S<br />

QUALIFICATIONS FOR THIS CONTRACT<br />

(Present as many projects as requested by the agency, or 10 projects, if not specified.<br />

Complete one Section F for each project.)<br />

20, EXAMPLE PROJECT KEY NUMBER<br />

9<br />

21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED<br />

SR 836 Toll Plaza and Roadway Widening, From NW 87 th to 107 th Avenues, Miami-<br />

Dade County, FL<br />

23. PROJECT OWNER’S INFORMATION<br />

PROFESSIONAL SERVICES<br />

CONSTRUCTION (If applicable)<br />

April to Nov., 2005 2006-2007<br />

a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER<br />

Miami-Dade County Expressway Authority<br />

(MDX)<br />

C/o HNTB Corporation<br />

(Mr. Jose de Almagro, P.E.)<br />

(305) 551-8100<br />

24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (<strong>Inc</strong>lude scope, size, and cost)<br />

Geotechnical project manager and senior engineer for this project. Responsible for design and implementation of the project’s field exploration and<br />

laboratory testing programs as well as for the geotechnical engineering analyses and design for foundation elements of toll plaza buildings,<br />

canopies, sign structures and roadways. Prepared preliminary and final geotechnical engineering reports containing recommendations for<br />

foundation design and construction for the structures and roadways. Geotechnical fees were $135,000<br />

25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT<br />

a.<br />

b.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

GEOSOL, INC.<br />

5795-A NW 151 st Street<br />

Prime Consultant. Performed Geotechnical,<br />

Miami Lakes, FL 33014<br />

and Materials Testing Services<br />

(1) Firm Name<br />

c.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

d.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

e.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

f.<br />

(1) Firm Name (2) FIRM LOCATION (City and State) (3) ROLE<br />

STANDARD FORM 330 (6/2004) PAGE 3


G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS<br />

26. NAMES OF KEY<br />

PERSONNEL<br />

(From Section E, Block<br />

12)<br />

Oracio Riccobono, P.E<br />

27. ROLE IN THIS<br />

CONTRACT<br />

(From Section E,<br />

Block 13)<br />

Sr. Geotech Engineer<br />

28. EXAMPLE PROJECTS LISTED IN SECTION F<br />

(Fill in “Example Projects Key” section below before completing table. Place “X”<br />

under project key number for participation in same or similar role.)<br />

1 2 3 4 5 6 7 8 9 10<br />

X X X X X X X X X<br />

29. EXAMPLE PROJECTS KEY<br />

NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F)<br />

1<br />

Areawide and Districtwide Geotechnical Consultant, FDOT<br />

SR 826 and NW 8<br />

6<br />

Street Interchange, Miami-Dade County,<br />

Districts 4 and 6, from Monroe to Osceola Counties<br />

FL<br />

2<br />

NE 2 nd Avenue Improvements, From NE 20 Th to NE 87 th SW 88<br />

7<br />

Street/Kendall Drive On-Ramp to NB SR 874; Miami-<br />

Streets, City of Miami, FL<br />

Dade County, FL<br />

3<br />

SR-5/Byscayne Blvd. Improvements, From NE 14 th to NE 38 th NW 74<br />

8<br />

Street Interchange at the Homestead Extension of<br />

Streets, Miami-Dade County, FL<br />

Florida’s Turnpike (HEFT), Miami-Dade County, FL<br />

4<br />

SR 836 Extension, From NW 107 th to NW 137 th Avenues, SR 836 Toll Plaza and Roadway Widening, From NW 87<br />

9<br />

to<br />

Miami-Dade County, FL<br />

107 th Avenues, Miami-Dade County, FL<br />

5<br />

SR 826 and NW 36 th Street Interchange, Miami-Dade County,<br />

FL<br />

10<br />

2 7<br />

3 8<br />

4 9<br />

5 10<br />

STANDARD FORM 330 (6/2004) PAGE 4


H. ADDITIONAL INFORMATION<br />

30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.<br />

I. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

31. SIGNATURE 32. DATE<br />

33. NAME AND TITLE<br />

STANDARD FORM 330 (6/2004) PAGE 5


ARCHITECT-ENGINEER QUALIFICATIONS<br />

1. SOLICITATION NUMBER (If any)<br />

RFQ 2012-10<br />

PART II – GENERAL QUALIFICATIONS<br />

(If a firm has branch offices, complete for each specific branch office seeking work.)<br />

2a. FIRM (or branch office) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER<br />

GEOSOL, INC. 2000<br />

2b. STREET<br />

5. OWNERSHIP<br />

5795-A NW 151 ST Street a. TYPE<br />

2c. CITY 2d. STATE 2e. ZIP CODE Corporation<br />

Miami Lakes FL 33014 b. SMALL BUSINESS STATUS<br />

6a. POINT OF CONTACT NAME AND TITLE FDOT Certified DBE<br />

Oracio Riccobono, P.E.<br />

6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS N/A<br />

(305) 828-4367 Geosolusa@bellsouth.net<br />

7. NAME OF FIRM (if block 2a is a branch office)<br />

8a. FORMER FIRM NAME(S) (if any) 8b. YR. ESTABLISHED 8c. DUNS NUMBER<br />

N/A<br />

N/A<br />

a. Function<br />

Code<br />

9. EMPLOYEES BY DISCIPLINE<br />

b. Discipline<br />

c. No. of employees a.<br />

(1)<br />

FIRM<br />

(2)<br />

BRANCH<br />

Profile<br />

Code<br />

10. PROFILE OF FIRM’S EXPERIENCE AND<br />

ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS<br />

b. Experience<br />

Administrative 1 27 Geotechnical Services in 2011 6<br />

Civil Engineers 3 27 Geotechnical Services in 2010 6<br />

Soils Engineers 2 27 Geotechnical Services in 2009 6<br />

<strong>Engineering</strong> Technicians 5 27 Geotechnical Services in 2008 6<br />

Draftmen 1 27 Geotechnical Services in 2007 5<br />

Geotechnical Services in 2006 5<br />

Geotechnical Services in 2005 5<br />

Geotechnical Services in 2004 5<br />

Geotechnical Services in 2003 4<br />

Geotechnical Services in 2002 4<br />

Geotechnical Services in 2001 3<br />

c. Revenue<br />

Index Number<br />

(see below)<br />

Other Employees<br />

Total 12<br />

11. ANNUAL AVERAGE PROFESSIONAL<br />

SERVICES REVENUES OF FIRM<br />

FOR LAST 3 YEARS<br />

(insert revenue index number shown at right)<br />

a. Federal Work<br />

B. Non-Federal Work $1,500,000<br />

c. Total Work $1,500,000<br />

PROFESSIONAL SERVICES REVENUE INDEX NUMBER<br />

1. Less than $100,000<br />

2. $100,000 to less that $250,000<br />

3. $250,000 to less than $500,000<br />

4. $500,000 to less than $1 million<br />

5. $1 million to less than $2 million<br />

12. AUTHORIZED REPRESENTATIVE<br />

The foregoing is a statement of facts.<br />

6. $2 million to less than $5 million<br />

7. $5 million to less than $10 million<br />

8. $10 million to less than $25 million<br />

9. $25 million to less than $50 million<br />

10. $50 million or greater<br />

a. SIGNATURE b. DATE<br />

5/30/12<br />

c. NAME AND TITLE<br />

Oracio Riccobono, P.E.<br />

AUTHORIZED FOR LOCAL REPRODUCTION<br />

MANDATORY USE DATE OF FORM 5/1/2004<br />

STANDARD FORM 330 (6/2004) PAGE 6

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!