HomeMy WebLinkAboutDocumentation_Regular_Tab 13_11/08/2018 Village of Tequesta
Water Treatment Plant Memo
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 � www.tequesta.org
� 'S
Y
To: James Weinand, Village Manager
From: Nate Litteral, Water Plant Superintendent
Date: 10/24/18
Subj: WTP Upgrade Project
This agenda item references the multifaceted improvement project including the following
Items:
1). Replacement of the existing Sulfuric Acid and Sodium Hydroxide bulk and day tanks.
2). Replacement of existing motor operated valves on the 6 Pressure Sand Filters.
3). Upgrades to the Pressure Filter Controls.
4). Replacement of original Filter Plant MCC panels (Motor Control Center).
5). Demolition and removal of Emergency Generator and upgrades to MCC room.
The total cost of the project is $1,801,500.00 and will be paid out of 401-243-549.671
Miscellaneous Renewal and Replacement fund.
Nate Litteral
Water Plant Superintendent
Water Production
Kimley>>>Horn
August 24, 2018
Michael Cuozzo, Manager
Village of Tequesta
345 Tequesta Drive
Tequesta, FL 33469
RE: Wafer Treatment Plant Upgrades
Dear Mr. Cuozzo:
As you are aware,we recently finalized plans, received a permit, advertise for bids and receivetl the bids
(August 14, 2018) on the above-referenced project. This project fundamentally includes long-needed
upgrades to outdated electrical and control elements of the plant (where parts have become difficult or
impossible to find due to the age of the equipment) as well as the replacement of the sulfuric acid antl
sodium hydroxide chemical tanks that have far outlived their normal useful life. All of these project
elements have been needed for at least the last several years and were itlentified as needed short-term
improvements on the Equipment Condition Assessment request completed more than 5 years ago.
The bids received are summarized below; a copy of the low bid is enclosed.
Florida Design Contractor's Inc. $1,801,500
TLC Diversified $1,825,000
Florida Design Drilling Corp. $2,000,000
We requestetl information from the apparent low bidder for evaluation in order to determine their ability
to satisfy the qualification criteria set forth in the bidding documents. A copy of the request and their
response is enclosed. It should be noted as part of the evaluation that the low bidder has prior successful
experience with the Village and considerable adtlitional favorable project experience with the Engineer.
With regard to the subcontractors,we also have favorable experience with the instrumentation contractor.
The electrical subconsultant is not familiar to us and, as such, we have secured and contacted several
of their references. We find that their experience level satisfies the requirements of the bid documents
and the references reached were generally positive (see enclosed reference check sheet).
In atldition, please take note that the bid form includetl a place to identify (circle)the manufacturer of the
chemical tanks that will be used. The low bidder did not circle either. Subsequently, we inquired as to
the intent. Their response is includetl as Attachment F to their letter. We find the response to be
acceptable and consistent with the requirements of the technical specifications. As a result, and as
described in IB 1.12, we recommend that this matter be considered an informality and/or technical error
and the requirement to itlentify the proposed manufacturer on the bid form waived.
. . • � �� • � :� � .
.
Kim ey>>>Horn Page2
The bid contained an additive alternate for the provision of the third acid feed pump. The low bidder
price for this additive alternate was $65,000, We do not befieve the benefit realized by this alternate
warrants the proposed cost.
As a result of the above,we recommentl award of this project to Florida Design Contractors, Inc,for their
low bid amount of$1,801,500.
' Should you have questions or require anything further, please call.
Very truly yours,
KIMLEY HORN AND ASSOCIATES INC.
i
i
i William D. Reese, P.E.
Project Engineer
enclosures
�
;
�
. . • � �� :-. . :-. �...
� O�i���t
8iD
VILLAGE OF TEQUESTA
WATER TREATMENT PLANT UPGRADES
Bid of ��orida Design Cantractors, Inc.
(Name)
1326 South Kllian Drive, Lake Park, FL 33403
(Address)
to furnish all materials, equipment and labor and to perform aIC Work [n accordance with the
Contract Daeuments#or the Viilage ofi Tequesta Watar Treatment Plant Upgrades.
To: Village of Tequesta
345 Tequesta Drive
TeqUestB, FL 33469
Gent4emen:
The undersigned bidder has carefufly examined th� Cantract Dacuments and the site of the
proposed Wark and is familiar wiih the nature and extent of the Work and any local conditions
that may in any manner affect the Work ta be done.
The undersigned agrees to do ail the Work and fumish all materials cal(ed fior by the Contract
Documents, in the manner prescribed therein and to the standards of quality and performance
established by the Engineer for the base lump sum bid amount listed in the spaces herein
provided, for each of the items or combination of items stipulafed.
The undersigned accepts afi of the teems and conditions o#the advertisernent andlor invitation
to Bid and Instructians to Bidders, including. but not limited to; those dealing with disposition of
bid security.
The undersigned represents that this bid is genuine and not made in the interest of; or on behalf
of, any undisclosed person, firm or corporation; bidder has r�at directly or indirectly induced or
solicited any other bidder to submit a false or sham bid; bidder has nat any person firm or
corporation to refrain from biddir�g; bidder has nat sought by colfusion to obtain for itself any
advantage over otl�er bidder or over�wner,
The undersign covenants that it is qualified to do business in the State of Fiorida, Pa1m 8each
County and 'the Village of Tequesfa, and has attached evidence of bidder's qualification ta do
DU51f125S as such, or if not attached, bidder cavanants to obtain and de(iver such evidence
within five days of request by Owner to produce such evidence.
�I .
i
I
�
6-1
��anos7o»
i
.,
BASE LUMP SUM,BID AMOUNT �
The base iump sum bid amount for the Village of Taquesta Water Treatment Piant Upgrades r
including ali work specified in these documents is: V
�1�� �/ , / ■�
c� '�
____ ________doliars and�cents ($ � )
Note, the bidder shall include a $?5,000 bidding altowance in the Base Lump Sum Bid '�
Amount. This amount shalf be to cover additional work on this project, not otherwise
identified by these documents and is subject to separate written approval by the
Engineer.
Additive Altemative: The Contractor shall supply and instalf upgrades to the H2SOa feed
system (to include an additional feed pump} and appurtenant other changes) as shown on Plan �
Sheet M-07, E-16, E-17, E-18, I-28, 1-29 and I-30. The Addifive Alfemative amount is:
� '. �
dollars and�_cents ($ }
Ac panyi this bid is a certified or cashier's check or a bid bond in the amount of u
� � {not less than 5% of the bid} made payable to the Village of Wellingtan
which is ta be forfeited as liquidated damages if, in the event this bid is accepted, the
undersigned fails #o execute the agreement and furnish and pay for satisfactory performance
and payment bonds under the conditions and within the time specified in the bid: otherwise said
certified or cashier's check or bid bond is to be returned to the undersigned. Additional �I
requirements for the bid bond are set forth in the Invitation to Bid and Instructions to Bidders. �
The undersigned agrees within fifteen (15) days from the date of acceptance of this bid, to
execute the agreement and furnish and pay for performance and payment bonds satisfactary to �
the Owner, in the amount of 100% of the Contract price, guaranteeing the faithful performance
of the work and payment of bills. Said bonds shall be in accordance with the requirements of '
Section 255.05, Florida Statutes and satisfy all criteria set forth in this document.
The undersigned also agrees to substantially complete the entire project scope of work within ��
two hundred sevenry (270) days after the date when the Contract Time comrnences to run and �!
to be completed and ready for final payment within three hundred fifteen (315) days after the
Contract Time commences to r�n.
■
The undersigned further agrees to reimburse the Owner, for each calendar day elapsing ��
between the date herein specified as the date of substantial comp{etion and the actuaf date of
such substantial compietion of the eontract Work in the amount of �500 per calendar day as ��
liquidated damages. �
The undersigned further agrees to reimburse the Owner; for each calendar day elapsing �
between the date herein specified as the date of final completion and the actual date of such
final completion ofi the Contract Work in the amount of $300 per calendar day as liquidated
damages. _
,
B-2 � I
040097017
The undersigned fur#her agrees to reimburse the Owner for each hour elapsing beiween the
times contractually allocated for tatai or partiaf plant shutdovdn and actuaf plant shutdotun period
in the amount of�100 per full hour as liquidated damages.
The Contractor acknowledges existence of, and guarantees full compliance with the Florida
Trench Safety Act.
The Bidder acknowledges the receipt of Addenda No's. 1 2
The following is a comp(ete list of the subcontractors to be used if the undersigned is awarded
the Contract �or this project. FaiEure to list all subcontractors wili give the Owner the right to
require a change in subcontractors without any change in the contract time or cost, or rejection
of the bid. Subcontractors perForming more than S25,000 in work (equipment and labar) on the
project must be named below as well as subcontractors for disciplir�es listed below. List
subcontractors other than for fhe indicated disciplines to the extent necessary to satisfy the
�25,000 crite�ia. Subcontractors named belaw may not be changed by the Contractor. The
Owner may request a change under the terms of applicable sections of the General Conditions.
If a work type category listed below is to be performed by the General Contractor, write the
words "Not by Subcontractor' on the applicable line.
Type of Work Name address and telephone number of Subcontractor ��1-����� ��
�
� �
Electricai �/' �� D� " ��• "�/ ,���e�" ��C�
Instrumentation C C C�, rU S ���� �f • � ��I� �"'� Y�. ���'� /
(System Integrator) J�Q�� '�� �v°/�5
�Coatings i�f� 1�,�n�1 r vv� i!�n �� I� �1�-(Y1�✓1 �4.°
�r(�o� �C. 3�"I I �o'�- 3�S-�'1(�
;
4
B-3
u�aos�o<�
�
�
�
The Contractor shall circle ihe name of the manufacturer fof the io(lowing equipment items that
wili be used and was used in the computation of the Base Lump Sum Bid Arnount. Circle only
one of the named manufacturers for each item. Failure ta circle one of the named
manufacturers in zach category may result in rejection of the entire bid. -
IIEM MANUFACTURER
Chemical Tank Manufacturer Polyprocessing, Snyder
This bid is submitted by: Name (prin#) Thomas f-!. Ciarke who is an
Officer of the above firm duly authorized to sign bids and enter inta confracts. I certify that this
bid is made without prior unders#andirg, agreement, or connection with any corporation; firm, or
person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair
and without collusion or fraud. I understand collusive bidding is a violation of State and Federal
law and can result in fines, prison sentences, and civil damage a�vards. ! agree to abide by alf
conditions of this bid.
Dated tnis 1�th day of August ; 2018
(month}
Contractor. Florida Design Contractors, Inc.
Address: 1326 South Killiar, Drive.
Lake Park, FL 33403
By.
Title: President
`
If this bid is rendered by a corporation, the corporate seaf attested by the secreta�,! shall be
' affixed belov�r: Any agent signing this bid shall attach to this form evidence of legal authority.
s
, �
�
i �
II
1 �
B-4
04�09�017
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE Florida Desiqn Contractors Inc
1326 S. Killian Drive, Lake Park FL 33403
as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland
1299 Zurich Wa 5th Floor Schaumbur IL 60196-1056
a corporation duly organized under the Eaws of the State of MD
as Surety, hereinafter called the Surety, are held and firmly bound unto viilaqe of Tequesta
345 Te uesta Drive, Te uesta, FL 33469
as Obligee, hereinafter called the �bligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ),
for the payment of which sum well and t�uly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns,jointly and severa�ly,firmly by these presents.
WHEREAS, the Principal has submitted a bid for Villaqe of Tequesta -WTP Upqrades
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contracl with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and su�cient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amouni for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, othenr�ise
to remain in full force and effect.
Signed and sealed this 14th day of August , 2018
' Florida Desi ontractor c _
(Princip (Sea!)
ifiess)
B :
�i T as H. Cla President �rrne�
Fide ity and Deposit Company of Maryland
urefy) (Seal)
Kath y (Witness)
e :
Attomey-in-Fact . MICha21 St2V2f1S (TiBe)
AIA DOCU`b'IE!�T.�131U�BID BOND�AI.4�FEBRUpR1'1970 ED.�THE AMERIC:aN
INSTITLITG OC.aRCHi'1'ECI'5,1735 N.1.AVC.,N.�1'.,1VASI31NG1'OV,D,C.2UIN)6
� ZURICA AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY TI-IESE PRESEN"I'S:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New
York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and tfie FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
NIICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Secrion 8,of the By-Laws of said Companies,which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereo� do hereby nominate,
consritute,and appoint Don A.LAMBERT JR.,Don A.LAMBERT,III and D.Michael STEVENS,all of Jupiter,Florida, EACH its
true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver, for,and on its behalf as surety,and as its act and deed:any
snd all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon
said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected
officers of ihe ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of
the By-Laws of said Companies,and is now in force.
IN WITNESS WI�REOF,the said Vice-President has hereunto subscribed his/her names and�xed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONL�L AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND>this 24th day of August,A.D.2017.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONLAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELTfY AND DEPOSIT COMPANY OF MARYLAND
�a OVp,��� �'�
... C }P"°' . � �,'p��"���l's
g�� S �+ � : 'e�:` —•— lna
a
... : � : °� I��
� , �►a� ',,�,
Y�Mr��
_���:''� � s'����k, i
�
Assistant Secretary Yice President
Dawn E.Brown Michael Bond
State of Maryland
County of Baltimore
On this 24th day of August,AD.2017,before the subscriber,a Notary Public of the State of Marylend,duly commissioned and qualified,MICHAEL
BOND,Vice President,and DAR'N E. BROWN,Assistant Secretary, of the Companies, to me personally known to be the individuals and officecs
described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that
he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporace Seals of said Companics,and that
the said Corporaze Seals and the signature as such officer were duly�xed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN T'ESTIIvIONY V1�IEREOF,i have hereunto set my hand and affi.Yed my Official Seal the day and year first above written.
� ;``r�ii�:;;'',,
� `q;`��,�IY��:yy '
�•ir�� ��'•
: i :•j;.
� F``.
, �y..CR�CA �.w:'-r'�i ''� t 11�1�'.
%,�i;�;�.�.�a;;r�'�`
' ��"��nn�M`�•
Constance A.Dunn,Notary Public
My Commission Expires:July 9,2019
POA-F 031-0102A
EXTRACT FROM BY-LAWS OF THE COMPANIES � �
"Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President af the ZURICH AMERICAN INSURANCE COMPANY, the COLOMAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITI'AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attomey is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of
the By-Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
D'uectors of the ZURICH AIvIERICAN INSLIRANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any ceRificate thereof bearing such
facsimiie signature and seal shall be valid and binding on the Company."
This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
D'uectors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the l Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a
certified copy of any power of attomey issued by the Company,shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affuced the corporate seals of the said Companies,
this 14 day of August ,20 18.
�,oe,,t� �''''+.._
_'��••��a 3��. _Sn �fl,�
s
� ,„. �; ��,���� aasr. �
` ��*
�, ; �
<�l,,,/� � ?`��� �
�
David McVicker,Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMTT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg,IL 60196-1056
DRUG FREE WORKPLACE
Preference shall be given to businesses with drug-free workplace programs. Whenever two or
more Bids are equal with respect to price, qualify and service are received by the Village for the
procurement of commodities ar contractual services, a Bid received from business that certified
that it has implemented a drug free warkplace program shaEl be given preference in the arivard
process. Established procedures for processing tie bids wil( be foilowed if none of the #ie
vendors have a drug-free warkplace program. In order to have a drug-free workplace program.
a business shali:
1. Publish a statement notifying employess that the unlawful manu#acture, distribution,
dispensing, possessian, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employses for
drug abuse violations.
3. Give each employee engaged in ptovid'+ng the commodities or contractual senrices that are
under Bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodi#iss ar contractual senrices that are u�der Bicf, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or plea
of guilty or nolo contendere to, any violation of Chapter 893 or of any controUed substance
law af the United States or any state, for a vio}ation occumng in the wo�4cplace no later than
five (5) days after such conviction.
5. Impose a sanctian an, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any emp(oyee
who is sa convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace thraugh
implementation of this sectian.
As to the person aut fo sign the statement, I certify that this firm complies fully wi#h the
above requiremen .
8/14/2018
ntr s ignature Date
SUBMIT THtS FORM WlTH BtD.
Qo nat execute unless representations made are vaiid.
IB-9
040097017
Kimley>>>Harn
August 15,2018
Thornas H. Clarke,President '
Florida Design Contractars, Inc.
1326 S, Killian Drive
Lake Park, FL 33403
RE: Village of Tequesta, Water Treatment Plant Upgrades
Dear Mr. Clarke:
Your fump sum bid on the above-referenced project in the amountof$1,801,500 is the apparent low bid,
We further note that the Additive Alternate bid in the amount of$65,000 is also the low bid for that item.
Please accept our congratulafions.
In order to evaluate the bid,we will need a few additional items,as set forth below.
1. Please supply a certiflcate of incorpora�an or other documenta6on that confirms that F(arida
Design Contracbors, Inc. has been in the General Contracting business for at least the past 10
years, See fB 1,09, 1.
2. Please supply documentafion that conflrms that Florida Design Contractors, Inc, is properiy
ficensed to perform as a General Contractor, See IB 1.09,2.
3. Please supply a list of five sirnilar pro�ects completed within the past 10 years fa satisfy the
criteria setforth in 1B, 1.09.3. Please provide,for each project,the client name,date completed,
brief project descripdan,final project cost,and contact person with pf�one number.
4. Please pravide a notarized statement certifying thaf Florida pesign Cont�actors, Inc. has not
defaulted to a bonding campany for completion of any af the projects referenced under Item 3
above.
5, Please sllppfy information satisfying the requirements af IB, 1.Q9, 5 relative to the electrical
subcontractor. This inc[udes projects Dver the past 10 years of electrical value greater than
$250,000, evidence of proper licensing and evidence that the subcontractor has been in
business under its cutrent name for the past five years. For example projects, please supply
contact persan,dates and other informatio�similar to ifem 3 above.
6.. For the instrumentafion contraetor, please supply information to satisfy the requirements of IB
1.09, 6. Please supply in a format similar to the information to be suppfied for the electrical
subcontractor.
�
.
K�m ey>>>Harn Page2
7. Please refer to page B-4 of the bid form and note that a manufaeturer for the chemical tanks has
not been named. Please advise whether this was intentional or an error,and'rf t�e latter,identify
which manufacturer is intended for inclusion.
Please forward the above responses at your earliest opportunity. Once again, congratulations on
su6mittal of your apparent low bid. Should you have questions or require any additional informatbn,
please call my office.
Very truly yours,
KIML.E AND ASSOCfATES INC.
.���
William D. Reese, P.E.
Project Engineer
enclosures
�
FLORI DA DESIGN
CONTRACTORS
August 22, 2018
William Reese
Kimley-Horn
Email: William.reese@kimley-horn.com
Project: Village of Tequesta- WTP Upgrades
Mr. Reese:
Per your letter dated August 15, 2018 and marked Village of Tequesta Water Treatment Plant Upgrades,
we have enclosed and completed the request for documentation numbers one through seven. We have
included the requested credentials for our Electrical and Instrumentation subcontractors.
We look forward to working with Kimley-Horn and making this a successful project. Should you have any
questions or require additional information please feel free to call.
Respectfully,
T�iovuas Ft. CCar{ee
Thomas H. Clarke
President
Florida Design Contractors
.�.-.----�— �
Cc: Tammy Gideon, FDC
, _ au� 2 s �� ,
,;,
�
�
A:1326 South Killian Drive,Lake Park,f133403 �W:�v:v,�-.r!und.�d�=,i�n�ontr�i�!o�s. orn � L:#CGC-040304
O:561-845-1233� F:561-848-5992� E:tclarke@floridadesigncontractors.com
�
�oR� Qa
ESiGN
CONTRACTORS
AttachmentA License/Company Info�mation
I
I
� c GD V DVC VCDV DVC V �a� a�� n �������'n�. n n �1��� '
�C��C��°�i���� n n �°�n �n°�C��n�n �C��C� �r �
�VC �
�� � D�C
V ���_� � � �VC
�� � __ `--� _ � A
� - =: I� �
t . �
� �
,� � �*�� ���
�� �� � �^
� �
V� �M�o w p�s ✓ C
�� �P.pttx�tltPClf.D� �'tttfP V
;�.:: ..
c - _ , , �n�
�� _ -. V
�� I certify that the attached is .`a` .true ancl eorrect copy of the ���
?C Articies of lncQrpofation of FL,OREDA:_Q.ESIGN CQNT'RACTORS, INC., a �
� ° _ .:. .. .
. .
?pC corporatiorr, o�r.ganized' under. the� L�ws of the. :S�at�:. of i�Fl.orida, filed '�
_ _:,. ..
. , .
_
, . , . . ,
- .._:.z. • - � � -
_
o� on October: .. 1,.: 1991, as . sha�n: bY the recorcls:` °of this � office.
V
� �. _- � - _- _ . --
. - -.:.
_
,
�.._.... .
V :::.. :. �:: . . _ -`;.,:::. �VC
_ ,. .
,. . . ..:. ._
; •..._ ,.....:.... .:: . . .::,. - . .
,. . ..
� The document':nt�mber:_of::tfiis. co.rporatidn !s:S844�4:= .�:'f ; �:�=._ :. _
.:�,.�... � . : _
_ ,_
� C - : .. _,._ __ __- -- ; = _ _ - - . - -_ -
� ,- _ t. _ - - __ __ _ _ : �nc
� - - - -_ - _- - - - .- -� -.--.- - . . :- _ �_.. . . - �°c
� c . - n��
n�� . - - _ _
_ . .
-,
:.
:;.
�°c . - - _ _ . . ���
:. _
�
,
: .: ,.
.
.,.
,. , �.
�c - _. _ . _- -. _ ._ -. .= _ - :_ - - ,- . . ��
.-
.
;.. :;
. �
_ : _
:
:
� _ ^_ , .. - .- -. _
_ . . _ _
.
: , .:
-. :
. _ =:�
: .,:
J
ry�� � . . . .. . � - � ' � � . ' .. - _ __-- � ' , r/�\/
rr� . _. . . . . . . n.
. . . . .� � � _ ... ..". :' .:':'::' ,. :
�
. _ . . .� .. �.. � �� .
. . .. .�.. . .
�� , , . . ... - . - _ �°�
. n , _ - - -.
:... �
���°c � � � " �� - - �= � - ��
_ _ . - _ . _ _-
, .
�� : . �, �-- � c
��C : - .:=: �iben unber�mp�anD a�Yb t�je �
���o _ _ .�reat�e�l�E t�e�i�te of�ioriaa, �
at�aYiafja�$ee, t�je�a�ital,t�ji�t�jr V
��� 3rd ���f �ctober, 1991. ���
� � -� �
�nc = o,n
�pC � =���'.;-- � � C
�� � . . �
�� � ,� � C
� '
� � �
�"�D wE��� �im �mi#!� n
0
CR2E022{2-91) a$Ecrp#ttr� nf�fttttE
n ° °n n "�°V n�e�e�°n°� °DV �� V��fi� n n ���
� �;��yc'�»-�'�,���ij��,.,� RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY ,
3 �'
�,, �^ C�,�, I_i.)I��C�c,
� F,, M��
; � .s '� � -
I ��� �•: _}s��
I -�'�
���rr��u�1���
�,.,�,.,.,,,..,.�,^
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND RROFESSIONAL REGULATI4N
CONSTRUCTIC�N INDUSTI�Y LICE�ISING B(�ARD
THE GENERAL C�NTRACTOR HEREIN l5 GERTIFIED.UNDER THE
� PROVI514NS�OF CHAPT'ER 489,; FLORIbA STATUTES
�
�
CLA�KE, T�-1��I�IAS -HARMAN
FLORIC�AfDESIG�C'=CONTRAGTORS, INC. ,
=. �..326 S;KI:L�,�AN:D�� ' . .
I .LAKE PARK . �L;3�443 ;
�
�
r .
� ....�, >... ._.�, �c-a�-:.:�r:.�...�r..*:�c,�.�:-.xix�:�r.w_"�.»:rN:�wwr=;ex�xx:.._...�oo.,.,,.;rx�,;,.,�:rr.;.: .,.s,�.w.�..,.s._..., ._:
:
LIC�NSE?Nl,l(�1B-�R:C�GQ40�.04
.:�...:.:� ...:..y.::::....�o:.....,...��.... ,._..��:.:� .s. _. .__ .k....__.. ,
_ �.,... � . �,��.x..�M_. :h,� ,..�s.��-Y.x�.�w-�...�.�-�.�.�.._._,�,, .... ......
EXPIRATION� DATE: AU:GUS�' 31, 2020
Always verify licenses online at MyFloridaLicense.com
! ���0
rf • r "� , Do not alter this document in any form.
ti
�' fi;�ti . ;. This is your license. It is unlawful for anyone other than the licensee to use this document.
0 r a�'�k
A�'�E �. G��y a� p.p.Box 3353,N/est Palm Beach,FL 33402-3353 "LOCATED AT"
,.. ,_
�. !.. CON571TUTIONAt TAX COLLECTOR '�'N.pbctax.com Tel:(561)355-2264 1326 S KILLIAN DRIVE
� �ci��i�aS Putm Baach.�urt�tty
Serving you. _ LAKE PARK, FL 33403-1919
TYPE OF SUSINESS O�YNER CERTiF�CAT�ON a RECEIPT q10ATE PAID A�LIT PAI� BILL�
� 23-0 iC2 CW GENERAL CONTRACTOR C:ARKE TNOb1AS H ��GC�40304 Ut7 60fi�3fi-07l19N7 szao an
This document is valid only when receipted by the Tax Coliector's Office. STATE OF FL�RIDA
PALM BEACH COUNTY
2017/2018 LOCAL BUSINESS TAX RECEIPT
B�-7
FLORIDA DESIGN CONTRACTORS INC LBTR Numb�r: 199602411
FLORIDA DESIGN CONTRACTORS INC EXPIRES: SEPTEMBER 30, 2018
1326 S KILLIAN DR
LAKE PARK, FL 33403-1919 This receipt grants the privilege of engaging in or
„��,����„��������������„�!��,������������� managing any business profession or occupation
within its jurisdiction and MUST be conspicuously
displayed at the place of business and in such a
manner as to be open to the view of the public,
A N N E NI. Ci A N N O N p,0.Box 3353,West Palm Beach,FL 33402-3353 "LOCATED AT"
_�.,, ' CQNSTITUTIONAL TAX COLLECTOR �-Pbctax.com Tel:(561)355-2264 1326 S KILLIAN DRIVE
SemingPulm Brac)r Cvurety
Serving t/Ott. LAKE PARK, FL 33403-1919
� TYPE OF BUSINESS OWNER CERTIFICATION X REGEIPT MIDATE PAID AMT PlUD BILL�
23-0051 GENERAL COMRACTOR CLARKE THOMAS H CGC040304 � � U77.608736-07J19/17 ' 527.50 ' 340144395 I
This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORlDA
PALM BEACH COUNTY
63-6 2017l2018 LOCAL BUSINESS TAX RECEIPT
FLORIDA DESIGN CONTRACTORS INC LBTR Number: 'I�9GO24'IO
FLORIDA DESIGN CONTRACTORS INC EXPIRES: SEPTEMBER 30, 2018
1326 S KILLIAN DR
LAKE PARK,FL 33403-1919 This receipt grants the privilege of engaging in or
���{n�������������������u������un�������i managing any business profession or occupatlon
within its jurisdiction and MUST be conspicuously
displayed at the place of business and in such a
manner as to be open to the view of the public.
�o R� aA
ESIGN
CONTRACTORS
Attachment B Similar Project Experience
1000 Village of Tequesta WTP
1095 Phase II & III - RO Expansion
-=�
- .���� .
- . .
; �t �. . ��,,:
. .
, ., ;:. ;,��.
i-.. � ��'�'`
-� :. � . ..'�
,., ,,,, � �
..-. . .__ �_ , ,
, « _ , �;
.
_ ; .
�!l�1f!Il� : , • - . -
_ .� . - -- f d, �, . +�
a� *: F#- , ,.-;;.� �
- °i��
�-� � ,� - —
. .d � . , •Y y -:; a.- 3 t:,�
.+.9 ��.�-al"���� K � `� i� _
.rwK 5'.'<r,�l'f
,.,�ac,�„ .�,,.� � : . ..
3•w 4r T �..�.�� �-. - y �'.
.��,�'�, ,S r;. �'g.. ._
yrl� Y,�� y s,.:�' ,...^^,�:. ,'�3'!Y�$�`" '
x ^ �-_
��� v �f
���
'"'. ,�; ._,; ..x-• _ � _ _:�
, �,. -;
� _,�.. ,�f;iS:.i_ .�.,.- .---� " —
zw� - v�"� ��..- - -
� .,_ _.. .��_�� ._ - _
�•x>'�y-.+�..-�_�.�xy.r.,.y.,'__ �"�._- �. �
.,���
Project Description:
The Reverse Osmosis Water Treatment Plant included an existing 1.2 M6D RO System with the
• . • space to upgrades to a 3.6 MGD facility. The 2.4 MGD upgrade was conducted in two separate
��� projects. The first upgrade consisted of adding one 1.2 M6D skid in 2006-2007 and then
�� .�� followed by a third and finall 1.2 MDG skid in 2010-2011.
. . • . - - . Addition of the 2.4 MGD capacity also required addition of; two micron cartridge filters, two 1,400
•. ��. gpm Horizontal Well Pumps, 1,600 gpm Horizontal Split Case High Service Pump, 2,500 gpm
. � � Vertical Turbine Clearwell Transfer Pump, two 1,250 gpm Vertical Turbine RO High Pressure
��=�;
Pumps all associated piping and valve modifications, electrical and I&C upgrades and minor
� ;,:, �:. .: � , - , architectural and structural upgrades.
+j 5
} i ..r. .i�l �
i
:"�.;_.;e.': ��: ,3 A new Odor Control System was installed to remove the odors which consisted of; one
:�
��} ` degasifier,two two-stage scrubbers,two recirculation pumps, PVC piping and FRP ductwork.
,.r1. �.F,.i �.
� �1"���2:.. •�
Lastly, demolition of the existing chlorine gas system and replacement with a liquid Sodium
�� HYPochlorite system. The new chemical system included a prefabricated concrete building for
;'� �,�r� the five chemical transfer pumps and a cast-in-place containment area for the two 8,750 gallon
� : , „e: �,;�
f �' '�`�;,,. FRP bulk Sodium Hypochlorite storage tanks.
- :E,.�:,:.-r,
, .- .: . _.
_:.;
�. ��I��D' � —ESTABLISHED 1979 —
ti� �..�_ '. � � �� 1
AERE � � �' � ���
.
Global Wa[er Solutions *��
CONTRACTORS
CIVIL L ENVIRONMCNTAL
City of Pompano Beach
1080
WTP Improvements
i�.�. � _:,� - � f, �.
�� - �; ., � �
_ .� �"� - }1 - �- � '' �-` �` - �\
. •. .. . •- '- ��-
�. f�
. - � +� � �
'' ..s _ -,.�_ � '' � ' � ..„,e
' '_ �,;~_ �, `� _-- � �. �s-, . �`' �
� � — E�i' j �>x;" - ��. �� �,�' t,�.
��� `�.•'^J ._ �ra � � �S
� �•�yk ,�a . `.``� y �,�:-"�
� '• �. • ��� � --
'�, r _ a
- �-�. - l �- � i '
+}` _ ._. , _ .
, � `�, ' --' .- i -.-
I ' _ _-..-_ -__,._ ._------'. � "_ + �
"�,� .� � 1�. 1
'. .. • :- 1. �
� � 1.1 ��� � � .;�� �
;� �� \ .
.. . . ' �ari�' � lq..� ���; . .
- !. � � � _ �� _"
. . � . . ..,;,�. - � - . � `"�
- - - ..
,
. �
�..�
� �
� �;,x:._ ti. ,'
��
�. �. . �. �j � �� i
� ��� .
.
; � - . .
� a `
�_ ..
._
, � .o +
_
. . .�,�.� _ _ - _� ,..���_ _. _.r__
.
- �� Project Description:
..• , ,. �. - +• The WTP improvements included; modifications to an existing Ammonia Bulk Storage Feed
System, a new Bulk Sodium Hypochlorite Feed System, and Finished Water Yard Piping
� . - improvements.
• . - The Ammonia Bulk Storage Tank work included; distri6ution piping including diffusers into
the existing Clearwell and refurbishment of the existing Clearwell including coatings and baffles.
. . � . • -. The eulk Sodium Hypochlorite Feed System included the following; demolition of existing
-� � � chemical systems, installation of(3 ea) 10,300 gal chemical storage tanks, installation of(1 ea)
2,600 gal chemical day tank, instollation of(3 ea)duplex chemlcal skids, all associated chemical
, . . - . piping, concrete slab on grade with containment walls and pre-fabricated metal building.
�
The Finished Water Piping improvements included; 42" yard piping from the existing high
� service pump station to the existing Clearwell and Filters, new flanged suction piping and
. header piping for (5 ea) High Service Pumps. Thls work included a 42" line stop to iso/ote flows
- .- during a tie-in to the existing system.
•, The work also included all electrical and instrumentation and controls upgrades.
p mpano FLt?RIDA
�beach. � ���������� DEs��ry
Flonda's Warmest Weicome CONTRACTORS
City of North Miami Beach
1085
Norwood WTP - VOC Removal Project
�
. .
� . - „•
—�..��. �
���
-- --�
� �T , - - . - " ` �
- '' , �' ��— — . �__�- t��.i__.�,—
• • � -----`_� . Q ;Q �_4� ~ � � 'd —
�T_____--- ,- - ', _ -�.^ _ �--�---
� ., � � - � ��A "� i �D -- .—._.-i--�----. .- -
� � ��T� T il �^� 'x� �� T�T � � � , : a
. 1� , � ` - .� i — lw�. � � �' � '
. �
. . . ,
,
. .
. . _ ..
.
. . . w �
. _
. . - , : :��� a. .:_ � ._ , .
_, .�� � _ ;� �
3} .I
� � ' � � -.�,.- ...
� '_.t . � . _ - *�,�4�'�-'r''s.'ts` :
�• a; � < . :..�n �•
�µ'"� � . +� �L• . .. . .. - . . • _ . � �r,.';.
�Q� '�,'� ^'� ,,x �i'_^� � . � ;i.. ,��.�.
, y� . . .. ,s,.'-4! .�� fa4 ,. �. � , i �t ...
�- -,� ,,�.' �'*�y'-."�, . � r ry��'�'
� , {� �., . ' , „ .
� * . �y, M, �'x'' „ �
_ . � .t _,�y`'�1 3.•�^,� . .. �;j . . � ���'Y ,
• ' �'�'+Y � t#_� t'4'i.•. . ... _ ......s� '�:�� ..i ' �t�Sc�':,^w.4+.21F�a
: 1 '• �11
. . Project Description:
- .� The scope of work for this project included; expansion to the existing Forced Aeration
• . - � . System, expansion to the existing Transfer Pump Station, modifications and rehabilitation to
the existing Hydrotreater #2 & #3, replacement of the existing lime feed system, exansion of
• , - the existing Nanofiltration Degasification System and rehabilitation of the existing Biscayne
� Aquifer Wells#4,#9
.
. . • . • - . Expansion to the existing Transfer Pump Station included; addition of (2 eaJ Vertica/ Turbine
-. - .- ��• Transfer Can Pumps wlth a design capacity of 3,000 gpm per pump, 30" supply water piping,
and a stilling well.
� . � .
-, � Expansion to the existing Forced Aeration System included; installation of (1 ea) 1.44 MGD
forced draft aerator and relocation of (2 ea) 1.44 MGD existing forced draft aerators totaling
� 0 4.31 MGD forced draft aeration sysiem,installation of a Antiscalant storage and feed system,
and 36"water piping.
- .-
The Degasification System expansion inciuded a new Degasifier and FRP dutcwork
The replacement of the Lime Feed System included new equipment in the East Lime Silo.
• • FLORIDA
- � � DESIGN
C�4RBONAIR CONTRACTORS
Immokalee Water & Sewer District WWTP
1145
Wastewater Systems Improvements - Phase I
: _- .- r� � _. , �;���� - . F - .�,���.,
� � � ,_~ � ':� ��� �
_ r ,��� *
�
�`� '� �x �:�` a si���+��'���y
�-'� .,y. � � . _ ' L_.; yy �y`�'1_"f�j�j "!
� ' - � • J!
� �:'Y�. . , �.
"�l'- tt}���
� :.� `�� �!� c:-t, +�.,. . . � �}���� y t.
i �i �kp�
,y-� W �i
.� t '�'T �. 4 n 'f.V
1 � ` �~ _� � ���
�" • '�!1�e�_ J�� V� 'w� ��
.s.�'2 �� 'J. . � . � �� ��
� � � ;,,` '� �� �e, � ,�
1 � • '�.� � �` ��', !���' :�� w�
" "��1 '��� .s9Q' ' .
.. . �.'`; . �`���,.� ,. .*. ���.. . s .
• . " I . .-I" �'- �� ti' .. � o'
. • �
� d-��,��s++. �t �?" . `` w,^►r'�
. . . , , �,
. ,
�. . �..,,y+ .,, ^a� Ft,_
,ir���"`�� '�� � `�+�'�� � .` , �
i� ~ -. ` ��'(y.�` g.' i�. .
♦ � 1 � ,�._ 2' 't"i q� , . ` '. �?J'� Y'�C. '` ��" ��.r'�yr . ��
• •• j .�. 4 �T �IC " M .. ~� S'y�:
.�:,,� ..� ' -.�,?� '�-:, ��
- ?�=�� ��y.�'�: ,� �� � �" �
�`�Sr+«::;'�s y���..� ._ ` .
i • • .. *s� �,h., � � _
• � °�. '�a
�• � � "1 'r' '4a't� ,�.�'e� �q ,,i: � 'R}��
, rk�. r 1z � '` gj, � � �
..��Yf �'` .7 4� t�A`4 �K�.' .�r T'� ��. .•'� �
. � . � . ^. .�•' ,'.. •
� .*9'_ . s_ __ �... ', � '. +.k.. ._ .� 1
� . .��
. •� Project Description:
• . •..�
� . - - The construction of a 0.75 MGD expansion to the existing WWTP including; a duplex
submersible plant influent wetwell pump station, a new headworks with mechanical
� bar screens and a grit separation system, a new cast-in-place 1.5 MGD oxidation
� � � ' • - � � `{' ditch with (3) rotor-type aerators, a new 70-foot diameter cast-in-place clarifier, a
' ;;� new sludge holding tank with a floating surface aerator, a new duplex RAS/WAS
pump station, a new duplex secondary effluent wetwell pump station, a new 4-
' " ' ' ' channel chlorine contact basin, a new 400 sf chlorine feed building and chlorine
� � system, a new 1,500 sf masonry administration building, a new 600 sf precast
. ��,.
concrete electrical building, a 550kW standby generator, site piping, electrical
I s , �� ��, y system expansion, instrumentation and controls expansion, and all other related
� items of construction for a complete 0.75 MGD expansion.
� ,,
i
.. o- �-
��:w C
*��,� �wr�� ����. .
� IMMOKALEE --ESTABLtSHED 1979 —
w a: � �
��. ._�= s:��* ���� � ��� W�TER /A�.��" -
�
��. & � � ,
i�:5�3, a.,� a�,.`
w.- ';'ir � i *•� ����� .. . . � � . . .
��� •
DISTRICT ^'=
� CONTRACTORS
CIVIL i 6NVIRONM6NTAl
Hernando County Utilities
1215 Seville WTF Modifications
_ ,� � _..Y �:�� _ -
�_ . � ��R�.��sg,�."'�+A. �,c�'�,� .,,L'" -_ - ,� J
_ � ,.;. ,, . , w,� �
� ,�,� �+4"�.� � � ��" T
�r � ' �,� ..��� �.
�
�� "r�"k,� , •a�r....�.,�;�;� "� "� i
^� ;� ;�. :�, ,.� ,aa;
_ "�,. ,-'.,,�.,
aE
�•.:a :���z a, t`` �{,-,n {.�. �.�w � „��. . 'M. . - .
.:�, , �", ..,.47e°ad� '�`'n.. .3•� . .s .,,,.M.�.w.•.*a�f.:i'�19t��
��� 'c.. .' .,y�,>'�, a s ,.
'' .., i
.......
� ' ��_ � . .. .aN: :!y..i'°�r 2�9F'�.-1�'�ft�'s:� 7
. .- -: . .. , .� ... " ... . ' � ��
�
. � .�.u:r.__._. : .. . � ,�
.�.,.��, -;� -m A,',
� �y
. ��ti `��:� .
. , � . .. , �tea ���'t t� $
. . .. , 4fUG-j'A . ��:�. ����
" . - � �� ��` rt4y.r� �....
R j �
�, �.�... � S:
� 4 ::"�• . . � , � d. � ,.
-F'. , , ��' . .. _ � .
_ . . ' . ��i�-+r, -�sa_,.
. � _, ..._. __.. � ��:.... �
• i I' ' • � " '` .; ,`v',.:�.'- � � S. ..
4 ��.
�• � '. �• � ii:. .", �,��.,��.a � ,
��• I �� �iL.��� •�` ' 'M� `�� �. � ��� .
4.e �rv.... "` �iyF�� '^9s�' ,�,�.�"'.+s.. �
� _ N�9k�}.. . � � :4� • �-_" � �#c
. .. 'w .b+�AY.� ` � . .
� .. . � j�k ;;I k � 'a:Y� +«... �.
'"s .�. ^+ � ' ��M � �.. �: a� �.ar�'t��+��'F�'x`+`�,
�
._
S
.� 5� t
� u�_.
~���_ '�b ..� .i� } �B'- �� ... �.y,��
��• � ���•. '.1�'np' .-. �. #F � rM ��M' ti.-! '. .4 �..�#'�! /5'k
�y,, i
�� � ' •' 1 � •,{ /r y� .-'-'Rs S T!�a.'�� �:���t� .� � '..:.... .'.A.. � ^�Rt
... . :.. .��.. ..
. .iF^r��i.'�S'��1r� . 6.' ' '. . .... . ....__ ,.. . . _.
. �. •
� • Project Description:
. •�;: Due to growing local area water demands, the Hernando County Utilities Department required a
•� , - new water treatment facility be constructed for these neighboring developments. Quality
i water production would require collection of aquifier water, storage, disinfection and pump
capabilities.
. . . - - �
An additional 0.86 MGD water supply was obtained by drilling(1)16"diameter well to a depth of
-� .- � �
250 below surface elevation. Installation of lOHP Submersbile Well Pump was controlled by a
� . . - . Combination Starter Panel and miscellanous field instrumentation.
�
The well feed a 750,000 gallon Prestressed Concrete Ground Storage Tank constructed by the
� Crom Corporation and a Submerisble Tank Mixer was used maintain proper disinfection.
! s s °
• , ° . - The Pump Station was a Pre-Fa6ricated Pump Station fabricated by Engineered Fluid, Inc. The
i
Pump Station included;a 800A/480V Power Panel, (4)480V Variable Frequency Drives rated for
for (4) 50HP Horizontal Split-Case High Service Pumps, a Triplex Sodium Hypochlorite Chemical
Feed & Storage System, Master SCADA & RTU Control Panel and process piping.
�- .-
;. The project also included;a SOOkVA Unit Substation,350 kW Generator with a 800A Automatic
Transfer Switch, structural concrete, site piping, sitework & demo of the exist 1.6 MGD Facility.
(' —ESTABLISHED 19'79 —
.. . . {�U O ,�
. .V�`� •4Tf,
\
• • - � �I �
IMi. r 1
�, � �!Fk�\{.I� � �����'��• ' • � � 1
:� . !
� ` �*.� y � � O M ,:
,P .
'. �4�"�. ��I�D'� CdNTRACTORS
CtVtL f 6NVINONMiNTAL
FGUA Lehigh Acres WWTP
1220 Headworks Replacement
< <.
-{
. .. . . A�.. �,� ,
1 � � _ .��✓ - ..' 7�� .. p'�ftj1�
� �' �;�-.� �!
, � -
����� � :s -
. - . . - -,t��: � _ - -= ``� _�.-- ,��
• . .. •. , .
� • . , �� _�`��
�', - ti �
y . i:
�� �,� +
_ - .. - ���� � ; /.� ����
, �' .�` � •,
. � . � � s , � --�:, i ��`� y
� , r..
. . .
- • - � : �a � �
� . � � ', � " ! �'�
• . :�M ,�' �'' ;'� �� � �'-� '
�J''��;,�� :x. �' �,� '
� _��. �,.�::__ .i.. - — .<�
�'�.,_.:_�_ — ' � _ . -
,. � . . : `
_ ...,
, •
.._. _ _ .
_ . ._ ...,.�. ... _ _. � ,.
�-=- - -.:__�: . ._-�.,: __ _
. .
, .. Project Description:
:�
The existing headworks system was obsolete and not screening the influent properly. Over
• . - time, excess grit and debris can cause damage to equipment and compromise the integrity of
�� ��� the treated water.
`e
i
� � � . - - , ��� Florida Design Contractors constructed a new headworks structure, as shown above, which
• ..- � included a Mechanical Screening System, Grit Removal System, and Reclaimed Water
Distribution System to deliver seal and flushing water to the equipment listed above. The FGUA
. . . • . `' was able to minimize expenses by utilizing reclaimed water in lieu of potable water for the seal
� ..- � t� and flushing systems. The following major manufacturers were involved throught the process:
� Mechanical Screening System—Huber Technology
s . ., • Grit Removal System—Hydro International
- - Reclaimed Water Delivery—Patterson Pump
k
,, Instrumentation and Controls—BCI Technologies
� •
I
.- - .-
i
- ' ' � � - . • ^� - � ' ` —ESTABLISHED 1979 —
f� � ,u � �� ����
g �
_ � �
.
' -- - _ � � F�:' �� a�:.� ��z.���� —'' � • • '
' ��� � f`d C� ::. 1� 1' L Ii A a F L4 r
� =Y'�•'-E JV'.�54Y 4'S^ �'�C� CdNTRACTORS
- C�VIL i GNVINONMiMTAI
City of Marco Island
1270 RWPF Headworks Replacement
. . _ ._.�. , . _ . .
. . . . . : .4 , ._ .
. �.=-
� � � �.. :���._ _ _
. , _ t: _ �
.
� - ---r
, �
. .. '-�. �� � , :� , -
I• . - � b `:l, 'r ,�' i - - # `� - —
•• •' � ��_��4�"•c.-����� �_� _ _� '�;
• • 1
� � ' � • , .
.I R: . � � � ^ , � .
4
� ��
• � ' � � �i � ,_�� wk �-y��a. 4 l:.i._ iY� �
. . .. ' �
� , �,_
1 � �1
� 1�g-_x----�_ ' " . �.�° i.--� _.�
— + 's -- 1'� ' ' —
K �
�'�` -- . ..- 1.. � '9 .. ' � '
� _._ .. ..�'�'. ' � -�'-�
- - ! � .
' —_.. —.____. ....._. 1 _ _
. t � I
�re '
i- ,-
11 ___---�--_ �
�
- •1
� • • Project Description:
� , - �� This projected incorporated a new headworks facility to the City's existing 3.5 MGD plant.
� ��i
The cast-in-place concrete headworks facility included; an influent flow meter assembly, (3)
. . � . - - , in-channel drum screens, sluice and weir gates, diversion of influent and effluent piping
, . .- � from the old headworks to the new headworks, a biological odor control system which
n associated foul air FRP ductwork, influent channel coatings and electrical and I&C upgrades.
. � , - . Once the new headworks facility was fully operational, we proceeded to demolish the
. , . _, ., . . � existing headworks facility.
� The project also included converting an existing empty pre-stressed concrete ground
� . �� . . storage tank into an influent raw sewage storage tank with a blower, 55 air piping and fine-
_ � . � . bubble diffusers.
i
' . .
�
i
.. .
� �� - —ESTABLISHED 1979 —
.- .. _ ._-pf-�r. . �`'��
.. . ��4� � ��' .
�� Cardno ,�;, • . �
. _: . Shaping the Future . ,ti:r: . �
. � .. • i r.,. �.
.� � .. . . . . �,����t� \'�"\`
CONTRACTORS
����,.� C�VIL L 6NVIHOHMENTAL
�oR � aA
ESIGN
CONTRACTORS
Attachment C Bond Statement
FLORIDA DESIGN
CONTRACTORS
August 20, 2018
Mr. William Reese
Kimley-Horn
1920 Wekiva Way
W. Palm Beach, FL 33411
Re: Village of Tequesta Water Treatment Plant Upgrades
M r. Reese:
This letter will service and confirmation that Florida Design Contractors Inc. has not defaulted to a
�`�GpNT q���ompa f�r completion of any of the projects during its history.
.� '� � ��
,� � , . C�. .
���'Q�QpR�'�r�'�
; • � '
= `� :°S�P�- •� � '
� `t�U '' ' � ,
: b:_ om. ��
� . �
, �c .
;� ••..P:G���•`
�.
�y' ,
, , F�p `���
' ��''��,��������
Sworn and subscribed before me this 20t''day of August 2018.
� ���-
� ��T
�. �1�.NY PL�C`' Notary P��biic�:oto of Florida
< <� , Jo-an�Escott
� 04 Nly Commisaicn FF 929�5
j ¢ ,�fr�FF�o°' cxralres 11/2IIl�C19
� <��'4s'��.��Pv`✓'s��
1326 South Killian Drive West Palm Beach, FL 33403
(561)845-1233 FloridaDesignContractors.com
LORIDA
ESIGN
CONTRACTORS
Attachment D Electrical Subcontractor Credentials
I
,�d'�'��'�, RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY
�
rye�',� _ `'�. O+f � �OI I(;�I
i �
i >�..°I �,�
� � '� ' p�r� �
I � �'Y ��
i � � •.��' '���� I
�
� x �.; .�:
i ��coD�ct�`7�"
� ��>��`
, STATE OF FLORIDA ;
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ' �
i
� ELECTRICAL CONTRACTORS LICENSING BOARD
�
I THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE
;
! PROVISIONS OF CHAPTER 489, FLORIDA STATUTES '
i �
I `
T� ;
� LAESSIG, THOMAS
,
, __. . . ... . _. . . _ ;
� POWERLINE OF SOUTH FLORIDA INC
� 6839 CYPRESS COVE CRICLE
JUPITER FL 33458 '
�
�
i
� :
; LICENSE NUMBER: EC13003753 i
i EXPIRATION DATE: AUGUST 31, 2020 ' �
Always verify licenses online at MyFloridaLicense.com ;
i
0 � �0 `
' Do not alter this document in any form.
�
This is your license. It is unlawful for anyone other than the licensee to use this document. ' '
�❑� j
�
1:37 PM POWERLINE OF SOUTH FLORIDA, INC
08/21/18
AccrualBasis Sales by Customer Detail
January 1,2010 through August 21,2018
Projects>$250,000 from 2008 till Present
JOB AMOUNT Contact
1. Springtree Wellfied Improvement ; 673,643.38 City of SunrJse Arcadis,Ron Mattingly Hillers EleMrical Engineers M.Luther
Electrical SoutheastWellDrflling August2016-Apri12018 mluther@hillersee.com
561-451-9165
2. YVTPp3 Scrubber 20416 S 397.066.33 �olm Beach Counry Water Utllity Department
PBCWUD WUD 12-083 Calvin Giodano&Assoc. Cardinal Contractors Electrical Design Assoc. L.Reyes
ElectriCal Feb 2013-Nov 2015 IrevesC��oeda.com
561-819-5556
3. EastemWellfleldlmprovements20994 ; 253,838.80 CityofWestPalmeeach iohn.cairnes@mockroos.com� 561-683-3113ext275
Electrical Mock Roos&Assoc. C&W Electrical Engineers Southeast DrilNng JOhn Ca1Pne5
June 2014-Feb 2016 - I�eYeSC�CW2f1�.U5 561-642-5333
lose Reyes
4. WTP#9 CAT Conv. E 326.623.98 Valm Beach Counry Woter Utility Department L.Reyes
WUD 13-075 Calvin Giordano&Assoc Electrical Design Assoc Ireves@t�oeda.com
Eledrical Cardinal Contrectors 561-819-5556
Oct 2013-June 2014
Rchipman@baxterwoodman.com 561-655-8175ext7708
5 Membrane Concentrate Une Re-Route $ 258,177.00 CltyoJBoca Raton R.Chipman
Elettrital Mathew ConsuUng Hillers ElecMcal Engineers Poole&Kent S.Chamness
April 2013-Sept 2014 fchamness@hillersee.com 561-451-9165 ext 231
6 WTPli2 Wellfleld Upgrades S 695,000.00 Pofm Beach Counry warer UNIity Department R.Olson
WUD 12-005 Gbbal Tec Hillers Electrical Engineers rolson@Qlobaltechdb.com 561-997-6433
Elect�Ital March 2013-March 2014
7 Sawgrass WTP Effluent Injedion Pump Station $ 750,000.00 Clry oj5unrlse S.Chamness
Eledr([a) Hazen&Sawyer Engineers Hlllers Electrical Engineers Cardinal Contractors
March 201aJan 2011 fchamness@hi�lersee.com 561-451-9165 ext 231
Page 1 of 2
1:37 PM POWERLINE OF SOUTH FLORIDA, INC
OB/21N8
n���,e,Bas,g Sales by Customer Detail
January 1,2010 through August 21,2018
JOB AMOUNT Contact
8 SCWRF Effluent Pump Upgrades $ 385,000.00 Pafm Beach County H711er Electrlca!EnyJneers Rl Sulllvan Contractors S.Chamness
Electrital Aug 2010-Sept 2011 fchamness@hillersee.com 561-451-9165 ext 231
9 SCWRF Odor Control Upgrades $ 659,000.00 Plom Beacgh County H(Ilers Electrltal Enpirieers lordan Jones&GouldMg S.Chamness
eleccr�cal Cardinal Contrectors fchamness@hillersee.com 561-451-9165 ext 231
Jan 2009-March 2010
10.Indiao River-South R.O.Improv mark.miller@kimlev-horn.com sei-saaozss
Electrieal $ 275,250.00 Indion Rlver County Kimley Horn Smlth Electricol Enpineers M.Miller
Interstate Engineering 561-616-3911 ext 202
Ju1y2008-Aug2010 Larry smithenQineeringconsultants.com L.Smith
Page 2 of 2
�
LORIDA
ESIGN
CONTRACTORS
Attachment E Instrumentation �4c Control Subcontractor Credentials
(
. ♦ ♦
� C O R P O R A T I O N
"-<�' ' � N T E G R A T i N G T H E F U T U R E '
STATEMENT OF QUALIFICATIONS
�_ _ ___ _ _,��_ _ __ __
�:,�
. �.::..
��'�
,,i
r�� ��
�' � � �;
�.. , i�
�� � �� -�
��"-. ,�� : F. •��
�. _ - '�
�-; �a� ,��
`� ,"°-
s
_
�-,..jJ ..j . — �
.� �K •
i hy�. :��. , �,. - . .
�•i a1, � �ar'} �,"y�-�„{�'������._. ; :•C. � _f. ::
S ` _ 7�.
2 Ji'1 "f: - ,1 �" - ''�
rdt -'r :f. �' � �i�
..:� '(._ '!
i
�
' Y*������:'`.�
' .. ... .y.e:�.
- - F
�� ' : .Y' ..
t`�Ar r_��. � _ - -,�`�( . 1_
„'tr,• r�. •.:i.. , . . .
�
:.-1 �x 54 �-� j �I . . r= ��.". . � .. .. -. _ r
. :'t�. . :,�'
�ih
,�- � � . � . , . ..
�, .r �.. �y . Yi ' �...t . ..
�::,� L�^.�! 2 �v.S '� -� s� ?t T .t� ,h. ,� .,I„r
r t�' �i . +�i....� ✓-'"'� �"1 .. 1 ( +- ,+.: t .� t.
�v`{
�.. nv�t .<{�,5�.. �, .�.�...�. ��`r . •�'�� .... . �y ..?�.._ :.�... • �� _ ..,,,. _. ... .� ... . ,.. _ .
..� s.-: y
C.C. Control Corporation
5760 Corporate Way
West Palm Beach, Florida 33407
Phone: 561-293-3975
Fax 561-293-3976
www.cccontrolcorp.com
Statement of Qualif cations
TABLE OF CONTENTS
SECTION I: INTROD UCTION
SECTIONII: PRODUCTS AND SERVICES
• CONCEPTUAL DESIGN
• DETAILED DRA WINGS
• SHOP FABRICATIONAND ASSEMBLY
• PROGRAMMING
• FIELD ASSISTANCE
• TRAINING
� AS B UILT DOCUMENTATION
SECTION III: KEY PERSONNEL
SECTIONIV.• PROJECT EXPERIENCE
Statement of Qualifications
I. INTRODUCTION
C.C. Control Corporation is a Systems Integrator/Supplier of Control Panels,
Instrument Panels, Control and Instrumentation Systems,PLC Systems and SCADA
(Supervisory Control and Data Acquisition) Systems for all types of process control.
Founded in 1980,C.C. Control Corporation has been in business for over 35
years. That is a lot of experience in the Water and Wastewater venues serving
primarily South and Central Florida. Our entire operation is housed in a 13,200 sq./ft
facility constructed in 2002. The facility is equipped with state of the art computer
systems,AutoCad and ePlan stations,manufacturing tools,vehicles and other
miscellaneous equipment required to fabricate and support the operations.
C.C. Control Corporation has been a UL 508A and 698A certified shop since
1983.
Statement of Qualifications
II. PRODUCTS AND SERVICES
CONCEPTUAL DESIGN
With over 35 years of project management experience, C.C. Control
Corporation understands that solutions must be customized to fit your
environment. Your business requirements are unique and that's why we are
dedicated to getting to know you and understand your unique needs and goals.
We work with you from the beginning to define your requirements,which are the
foundation for making the right technology choices. From there we will help
develop the strategies to implement a system that meets your requirements and
exceeds your expectations.
DETAILED DRA WINGS
C.0 Control Corporation understands the importance of proper
documentation. We also understand the pain and in-efficiency caused by a poorly
documented automation system. We can research your process and provide
documentation packages that include schematic drawings developed with either
AutoCad or EPlan as well as system descriptions and sequence of operation
documents.
SHOP FABRICATIONAND ASSEMBLY
Our fabrication facility can provide custom electrical assemblies as part
of an automation project or as a stand-alone product. Panels are assembled to the
highest standards in our panel shop which covers construction,mounting,wiring,
inspection,testing,packaging and delivery. All our panels are shipped with
electrical drawings and layouts. In addition,UL 508A or UL 698A certification
can be provided for any panel. Our designers and technicians are in the same
facility which enables us to communicate closely on any issues that arise. We
thoroughly simulate and test each panel to ensure proper operation and safety
once installed in the field.
Statement of Qualifications
PROGRAMMING
Our team was built on the foundation of automating projects.
Programmable logic controller is the proven choice when it comes down to
reliability and industrial hardness. Our automation specialists are senior level
programmers who have been developing PLC programs ranging from small
program modifications to full line control and integrarion. Our programs are
concise and well documented. We conrinually enroll in soflwaze maintenance and
support programs to ensure we are developing PLC logic with the most advanced
soflware. These support programs allow us to receive comprehensive technical
support, access to online resources,knowledge base articles and product
upgrades. We can provide efficient and effecrive PLC prograrruning services
using a variety of PLC brands and Scada brands as follows:
• Allen Bradley
• Siemens
• GE Fanuc
• Modicon
• Motorola
• Omron
� SQD/Schneider Electric
• Bristol Babcock
• Rockwell Automation RSView
� GE Intellution
• GE iFix
� GE Cimplicity
• Trihedral VT Scada
• Wonderwaze
We have designed numerous Supervisory Control and Data Acquisition
systems with non-proprietary PLC's for central and remote telemetry
systems and have maintained an open arclutecture philosophy. Our
telemetry installations aze easy to maintain,upgrade and troubleshoot. RF
telemetry,telephone modems,LAN's,WAN's or the intemet are all
options for our SCADA systems distributed communications. Whether
for water treatment plants, distributed pumping starions,lift stations or
industrial facilities,C.C. Control Corporation can provide SCADA
systems tailored to meet your needs.
Statement of Qualifications
FIELD ASSISTANCE
Our technicians and programmers have many years of experience with
system startups and solving operational problems in the field. We can provide
equipment calibration, inspection,testing,ongoing maintenance, troubleshooting,
repairs,panel modifications and system programming. We offer comprehensive
24-hour emergency service and maintenance on our own systems and systems
installed and configured by others. On-going system support may be
accomplished via a modem or intemet link to diagnose problems or make minor
system adjustments. We are dedicated to the performance of your system and the
success of your operation.
TRAINING
Equipment and softwaze training can be provided on-site or at our facility
for operations and maintenance personnel. Hands-on approach and training
material is utilized for a comprehensive program that is custom tailored for each
client. Instructional videos can be provided for ongoing training of personnel.
AS-BUILT DOCUMENTATION
C.C. Control Corp.takes pride in the accuracy and completeness of our
drawings and documentation packages. Every system we build is accompanied
by a set of notebooks and/or electronic documents that contain as-built drawings,
program printouts, calibration, loop checkout reports,software backup files on
CD and operation and maintenance instructions.
Statement of Qua[ifications
III. KEY PERSONNEL
• James J. Hecht—President, Senior Project Engineer
• Luis L.Garcia—Vice President,Estimating and Sales
• Matthew Skidmore—Principal, Senior Project Engineer
� J.P. Mahieu—Estimating and Sales
• John Stock—Estimating and Sales
• Alejandro Mena—Project Engineer
• Jeffery Needs—Project engineer, EPIan,AutoCad designer
• Thomas Fedina—Purchasing Manager
• Colleen McKenna—Office Manager
• Frank Vitale—Service Manager
� Brandon Tufts—Service Technician
• Rob Whitney—Shop Manager
IV. PROJECT EXPERIENCE
• City of Lake Worth RO Improvements-$1,350,000
Lake Worth,FL. 33460
Project Completion Date: 09/2011
Project Type: Water Treatment
o Major Components/Systems
■ SCADA system communication network with Ethernet network
switches,fiberoptic modules, communication patch panels and UPS
■ Main Control Redundant PLC System(A-B ControlLogix)for
ControlNet UO Network
■ ControlNet Remote UO Control Panels including Pre-Treatment
System,Membrane Control Panels,RO Treatment Chemicals,
Scrubber Chemicals,Permeate Degas, Concentrate Disposal and CIP
System
■ Instrumentation skids including Pre-Treatment,Post-Treatment,
Clearwell pH,Permeate Scrubber ph/ORP and Concentrate Disposal
■ (11)Control panel industrial computers running Trihedral VTScada
o SCADA integration of all control panels and instrumentation with newly
developed SCADA screens including system loop-checks and system start-up
utilizing
Statement of Qualifications
• City of North Lauderdale WTP Improvements-$690,000
North Lauderdale, Fl. 33068
Project Completion Date: 04/2012
Project Type: Water Treatment
o Major Components/Systems
■ Main Control PLC (A-B ControlLogix)for Ethernet I/O Network
■ Ethernet Remote UO Control Panels including Lime System,Gravity
Filters, Chlorine System, Sludge System and Finished Water
■ Plant Master Radio for wellfield control panels over 900 mHz Ethernet
radio system
■ (3)remote Ethemet wellfield control panels
■ Various instnunentation including insertion flowmeters,ultrasonic
level transmitters,pressure transmitters(gauge and differential),
turbidity, ammonia and pH analyzers
■ Redundant SCADA servers running Trihedral VTScada
o SCADA integration of all control panels and instrumentation with newly
developed SCADA screens including system loop-checks and system start-up
• Seacoast Utility Authority Repump Facility Modifications-$650,000
Palm Beach Gardens,FL 33410
Project Completion Date: 06/2014
Project Type: Water Treatment
o Major Components/Systems
■ Master Radio Control Panel for Ethernet UO Network
■ (6)Raw water well remote UO control panels utilizing 900mHz
Ethemet radios
■ (3)Water repump remote UO control panels utilizing 900mHz
Ethernet radios
■ (6)Raw water well remote UO control panels connected via. Fiber
optic Ethernet through(1)of the repump control panels
o Provided loop-check and start-up support for system integration
Statement of Qualifications
• Seacoast Utility Authority Hood Road WTP RO Improvements-$2,060,000
Palm Beach Gardens,FL 33410
Project Completion Date: 11/2014
Project Type: Water Treatment
o Major Components/Systems
■ Main Control PLC(A-B ControlLogix)for Ethernet UO Network
■ Ethernet Remote UO Control Panels including Nanofiltrarion System,
Deep Well, Chemical Systems and Supply Wells
■ Various instrumentation including magnetic flowmeters, venturi
flowmeters,ultrasonic level transmitters,pressure transmitters(gauge
and differential),pressure gauges and switches,pH,ORP and
conductivity analyzers
o Provided loop-check and start-up support for system integration
� City of Sunrise WWTP Biosolids Management-$420,000
Sunrise,FL. 33325
Project Completion Date: 06/2016
Project Type: Wastewater Treatment
o Project scope consisted of work at The Sawgrass WWTP and The Springtree
WWTP
o Major Components/Systems
■ Main Control PLC panel consisting on GE PACSystems Rx3i PLC
platform with local UO expansion
■ PLC integrarion to communicate to new centrifuge PLCs over Ethemet
messaging for handshaking and controls
■ Various instrumentarion including magnetic flowmeters, ultrasonic
level transmitters,pressure gauges,pressure switches and pressure
diaphragm seals
o SCADA integration utilizing Owner's existing GE Cimplicity Redundant
SCADA Servers
-e� �o�ro.
���'��
E�IGN
ca�r�+►�ro��
Attachment F Chemical Tank Manufacturer
Please excuse our error, Polyprocessing should have been selected on the Bid
Form.
Kimley>>>Horn
Village of Tequesta Water Treatment Plant Upgrades
Reference Check and Project Verification
Powerline of South Florida, Inc.
Electrical Sub-consultant
Project Reference: City of Boca Raton
Membrane Concentrate Line Re-route
Reference Contact: Steve Chamness, Hillers Electrical Engineers
1. When was the project completed?
September 2014 is accurate
2. Project Cost?
Fees indicated are accurate
3. How many change orders on this project?
There were no major change orders, worked very well with this sub and he
didn't try to jump on change orders at all.
4. Was it completed on time?
Yes
5. Rate overall performance? 0- 10
7-8
6. Would you work with them again?
Yes
� . . . �
.
Kim ey>>>Horn Page 2
Project Reference: City of Sunrise
Sawgrass WTP Effluent Injection Pump Station
Reference Contact: Steve Chamness, Hillers Electrical Engineers
1. When was the project completed?
The fees indicated seemed to be accurate by memory, as Mr. Chamness was
unable to find the project number to verify.
2. Project Cost?
The fees indicated seemed to be accurate by memory, as Mr. Chamness was
unable to find the project number to verify.
3. How many change orders on this project?
There were change orders due to GC ripping out conduits that should not have
been; however, those were to the GC not the Hillers and were justified.
4. Was it completed on time?
There were issues causing delay due to inspectors wanting UL labels on
manholes but no delays were caused by this sub-consultant.
5. Rate overall perFoRnance? 0- 10
7-8
6. Would you work with them again?
Yes
.
Kim ey>>>Horn Page 3
Project Reference: Palm Beach County
SCWRF Effluent Pump Upgrades
Reference Contact: Steve Chamness, Hillers Electrical Engineers
1. When was the project completed?
The fees indicated seemed to be accurate by memory, as Mr. Chamness was
unable to find the project number to verify.
2. Project Cost?
The fees indicated seemed to be accurate by memory, as Mr. Chamness was
unable to find the project number to verify.
3. How many change orders on this project?
Mr. Chamness was unable to recall any change orders and reiterated that his
experience working with Tom who he has known for a long time, his that he is
really good about working stuff around and not charging additional change
orders unless it was due to him.
4. Was it completed on time?
Mr. Chamness was unable to recall issues related to the project completion
timeline.
5. Rate overall performance? 0 - 10
7-8
6. Would you work with them again?
Yes
.
Kimley>>>Horn Page 4
Project Reference: Palm Beach County Water Utilities Dept
WTP #2 Wellfield Upgrades
Reference Contact: Rick Oisen, Globaltech
1. When was the project completed?
Timeframe is accurate, completed early 2014
2. Project Cost?
$249,900 in according to Agreement with this sub. Mr. Olsen stated he felt that
the difference may be equipment purchase because Globaltech ended up
purchasing equipment. Although he couldn't remember specific details, he
stated it was nothing wrong on the part of the sub. The fees provided by the
sub is not correct but it was a probably O.D.P.
3. How many change orders on this project?
There were change orders but not due to issues with the sub. The County
asked that all electrical motors and panels be above 100 year flood elevation
so it was there were some delays and change orders due to that but nothing
due to Powerline's perFormance
4. Was it completed on time?
Yes, very close and no delays were due to the sub.
� 5. Rate overall performance? 0- 10
Solid 8+
6. Would you work with them again?
Absolutely
.
Kimley>>>Horn Page 5
Project Reference: Indian River County
Indian River South RO Improvements
Reference Contact: Mark Miller, Kimley-Horn and Associates Inc.
1. When was the project completed?
August 2009 (one year before date provided by sub)
2. Project Cost?
$ 894,000 (sub provided $275,250)
3. How many change orders on this project?
One for$75,000
4. Was it completed on time?
Yes, but there were delays
5. Rate overall performance? 0- 10
9 - 10
6. Would you work with them again?
Yes, we have worked with them recently. They are conscientious, deliberate
and methodical. Powerline knows their practice.
. � 1.
WTP VOT Upgrades(Kimley-Horn)
:
General comments:
(1) Acid pumps need to be replaced—this should be a priority item,not an additive bid item. Need
� 4 pumps installed,not 3 pumps.
(2) Filter Plant filter media needs removal and replacement(see K-H memo stating such on
26JAN2018)for all 6 filters. This should be part of this project.
(3) John&the operators do not want to lose GENSET 1(small diesel). It has 1,900 hours of run-time
and easily go to 5-6,000 hours with proper maintenance—this would give us a proven backup to
maintain system pressure should GENSET 11 fail on us. GENSET 1 could remain on it's foundation
and be isolated via a soundproof partition from the adjacent Motor Control Center(MCC)&
Switch-Gear(SG). A small foundation could be built for a new MCC8cSG for the new Variable
Frequency Drives in concert with the removal of the existing MC&SG C by leaving two existing
power feeds in service while installing the new MCC85G. The split-system air conditioning
system would need to be relocated.
(4) Need an analysis on replacement of inembranes for RO Trains 1 and 3 in two years. RO Train 2
needs membranes replaced this calendar year.
(5) Clean de-gassifiers 1&2.