Loading...
R25-221 RESOLUTION NO. R25-221 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, AWARDING REQUEST FOR QUALIFICATIONS NO. 3 UTL25-018Q FOR CHAPEL HILL DRAINAGE IMPROVEMENTS, 4 ENGINEERING AND DESIGN SERVICES, TO BAXTER & WOODMAN, 5 INC., APPROVING AN AGREEMENT BETWEEN THE CITY AND BAXTER 6 & WOODMAN, INC., IN AN AMOUNT NOT TO EXCEED $1,490,827.00, 7 AND APPROVING A BUDGET TRANSFER TO ALLOCATE SUFFICIENT 8 FUNDING FOR THE PROJECT; AND FOR ALL OTHER PURPOSES. 9 10 11 WHEREAS, pursuant to the Consultant's Competitive Negotiation Act ("CCNA"), the City 12 of Boynton Beach advertised Request for Qualifications ("RFQ") No. UTL25-018Q on February 14, 13 2025, to procure professional engineering services for the Chapel Hill Drainage Improvement 14 Project. This project is a critical infrastructure initiative aimed at mitigating chronic flooding, 15 improving stormwater conveyance, and enhancing water quality discharges to the E-4 Canal 16 within the Chapel Hill neighborhood; and 17 WHEREAS, the RFQ sought a qualified engineering consultant to deliver a full suite of 18 services, including hydrologic and hydraulic modeling, preliminary and final design, value 19 engineering, permitting, preparation of bid documents, grant research and administration 20 assistance, bidding support, and construction administration services during the construction 21 phase; and 22 WHEREAS, the solicitation closed on March 20, 2025, with six (6) proposals received. In 23 compliance with section 287.055, Florida Statutes, an evaluation committee was convened to 24 review and score the submittals. On April 21, 2025, the committee shortlisted the three most 25 qualified firms, and on May 9, 2025, it conducted interviews and presentations. Based on the final 26 rankings, Baxter &Woodman, Inc. was determined to be the most highly qualified firm to provide 27 the required services; and 28 WHEREAS, on June 3, 2025, the City Commission approved the evaluation committee's 29 recommendation and authorized staff to negotiate a contract with Baxter & Woodman, Inc., 30 through Resolution No. R25-150. Negotiation meetings were held on June 10, 2025, and July 8, 31 2025.The final scope of work was confirmed to include all services necessary to deliver the project, 32 and the fee proposal was deemed fair, competitive, and reasonable; and RESOLUTION NO. R25-221 33 34 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 35 best interests of the City's citizens and residents to award RFQ No. UTL25-018Q for Chapel Hill 36 Drainage Improvements, Engineering and Design Services, to Baxter & Woodman, Inc., approve 37 an Agreement between the City and Baxter & Woodman, Inc., in an amount not to exceed 38 $1,490,827.00, and approve a budget transfer to allocate sufficient funding for the project. 39 40 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 41 BEACH, FLORIDA, THAT: 42 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 43 being true and correct and are hereby made a specific part of this Resolution upon adoption. 44 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 45 award RFQ No. UTL25-018Q for Chapel Hill Drainage Improvements, Engineering and Design 46 Services, to Baxter& Woodman, Inc. 47 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 48 approve an Agreement for Engineering and Design Services for RFQ No. UTL25-018Q for Chapel 49 Hill Drainage Improvement Project between Baxter & Woodman Inc., and the City in the amount 50 of $1,490,827.00 (the "Agreement"), in form and substance similar to that attached as Exhibit A. 51 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 52 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 53 ancillary documents required under the Agreement or necessary to accomplish the purposes of 54 the Agreement, including any term extensions as provided in the Agreement, provided such 55 documents do not modify the financial terms or material terms. 56 SECTION 5. The City Clerk shall retain the fully executed Agreement as a public record 57 of the City. A copy of the fully executed Agreement shall be provided to Eduardo Garcia to forward 58 to the Consultant. 59 SECTION 6. This Resolution shall take effect in accordance with the law. 60 RESOLUTION NO. R25-221 61 PASSED AND ADOPTED this \ (\ day of C,uc.SWS4v" 2025. 62 CITY OF BOYNTON BEACH, FLORIDA 63 YES NO 64 Mayor- Rebecca Shelton 65 66 Vice Mayor-Woodrow L. Hay 67 68 Commissioner-Angela Cruz 69 70 Commissioner-Thomas Turkin 71 72 Commissioner-Aimee Kelley 73 74 VOTE 5 -b 75 ATTEST: 76 7cj-Maylee De -sus, MPA ' C Rebecca Shelton 79 City Clerk Mayor 80 81 APPROVED AS TO FORM: 82 (Corporate Seal) 83 41AJG e,84 85 Shawna G. Lamb 86 City Attorney J ah tuH 04' AGREEMENT FOR ENGINEERING/DESIGN SERVICES THIS AGREEMENT("Agreement"), dated August 19, 2025, is entered into by and between: THE CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida with a business address of 100 E Ocean Ave, Boynton Beach, Florida 33435 (hereinafter referred to as the "CITY"), and BAXTER & WOODMAN, INC., an Illinois corporation as listed with the Florida Division of Corporations, with a principal address of 8678 Ridgefield Road, Crystal Lake, IL 60012 (hereinafter referred to as the "CONSULTANT"). CITY and CONSULTANT may hereinafter be referred to collectively as the "Parties." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1 - PREAMBLE In order to establish the background, context, and form of reference for this Agreement and to generally express the objectives and intentions of the respective Parties herein, the following statements, representations, and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the Parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On February 14, 2025, the CITY advertised its solicitation for Request for Qualification of the CITY's desire to hire a firm to deliver complete and permitted design documents and related engineering services for the Chapel Hill Drainage Improvement Protect(the"Project") and provide all other professional services that may be deemed necessary for the satisfactory design and completion of the Project, as more particularly described in the Scope of Services outlined in Exhibit "A" (the "Services") attached hereto and by this reference made a part hereof, for the RFQ entitled: Request for Qualifications (RFQ) # 25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT 1.2 On March 20, 2025, the qualification packages were opened at City Hall by the Purchasing Division. 1.3 On April 21, 2025, the CITY's evaluation committee met in a publicly noticed open to the public meeting where they discussed and scored the proposals and, per the requirements of ("CCNA"), §287.055, Florida Statutes shortlisted the top three proposers to view presentations. 1.4 On May 9, 2025, the CITY's evaluation committee witnessed presentations from the highest-ranking proposers and, after presentations, met in a publicly noticed open to the public meeting where they provided final scoring and collectively decided that Baxter & Woodman, Inc. RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-1 is the most advantageous solution for the CITY to provide the Services and selected CONSULTANT as the most highly qualified to perform the required Services in accordance with the Consultant's Competitive Negotiation Act ("CCNA"), §287.055, Florida Statutes. 1.5 On June 3, 2025, the City Commission accepted the results of the evaluation committee and authorized the proper CITY officials to negotiate and enter into this Agreement with CONSULTANT through Resolution # R25-150 to govern the Services. 1.6 On June 10, 2025, and July 8, 2025, CITY held negotiations with CONSULTANT based on the proposal and scoring from the evaluation committee. 1.7 At the final negotiation meeting on July 8, 2025, CITY Staff determined that the final scope of work and fee proposal were deemed fair, competitive, and reasonable. 1.8 Negotiations regarding the Services required herein were undertaken in accordance with the CCNA, §287.055, Florida Statutes, and this Agreement incorporates the results of such negotiations. 1.9 The Services provided by CONSULTANT pursuant to this Agreement shall comply with the definition of"professional services" as provided in Section 287.055(2)(a), Florida Statutes, as may be amended from time to time. ARTICLE 2 - SERVICES AND RESPONSIBILITIES 2.1 CONSULTANT hereby agrees to deliver complete and permitted design documents and related engineering services for RFQ # 25-018Q Chapel Hill Drainage Improvement Project, as outlined in Exhibit "A." Consultant further agrees to perform all other professional services deemed necessary for the satisfactory engineering/design and completion of the Project, as more particularly described in, and in accordance with the Scope of Services and specifications attached hereto as Exhibit A ("Scope of Services"), CONSULTANT's Proposal, attached hereto and made a part hereof as Exhibit B, and the Fee Schedule and Payment Schedule attached hereto and made a part hereof as Exhibit C ("Fee Schedule"). CONSULTANT agrees to perform all Services required pursuant to this Agreement. The terms and conditions of the RFQ and Commission award are incorporated into this Agreement by reference. 2.2 CONSULTANT shall furnish all services, labor, equipment, and materials necessary and as may be required in the performance of this Agreement, and all Services performed under this Agreement shall be performed in a professional manner. 2.3 CONSULTANT hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONSULTANT, that CONSULTANT has the professional expertise, experience, and manpower to perform the Services to be provided by CONSULTANT pursuant to the terms of this Agreement. 2.4 CONSULTANT assumes professional and technical responsibility for the performance of its Services provided hereunder in accordance with recognized professional and ethical guidelines established by their profession. If within one year following completion of its Services, such Services fail to meet the aforesaid standards, and the CITY promptly advises CONSULTANT RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-2 thereof in writing, CONSULTANT agrees to re-perform such deficient services without charge to the CITY. 2.5 CONSULTANT shall schedule regular meetings with the CITY's representatives at least once a month to discuss the progress of the Services required to deliver complete and permitted design documents for the design services, as more specifically described in Exhibit A. 2.6 The relationship between CITY and CONSULTANT created hereunder, and the Services to be provided by CONSULTANT pursuant to this Agreement are non-exclusive. CITY shall be free to pursue and engage in similar relationships with other Consultants to perform the same or similar services performed by CONSULTANT hereunder, so long as no other consultant shall be engaged to perform the specific project assigned to CONSULTANT while CONSULTANT is so engaged without first terminating such assignment. CONSULTANT shall be free to pursue relationships with other parties to perform the same or similar services, whether or not such relationships are for services to be performed within the City of Boynton Beach, so long as no such relationship shall result in a conflict of interest, ethical or otherwise, with the CITY's interests in the services provided by CONSULTANT hereunder. 2.7 CONSULTANT shall not utilize the services of any sub-consultant without the prior written approval of CITY. CONSULTANT shall comply with the applicable provisions of the City of Boynton Beach Code of Ordinances and shall require that all sub-consultants comply with the applicable provisions of the City of Boynton Beach Code of Ordinances. ARTICLE 3 —TERM, TIME FOR PERFORMANCE, AND TERMINATION 3.1 Term. This Agreement shall commence on the date of full execution and shall continue in force until the completion of the Services related to the Project under this Agreement unless terminated early by either party or pursuant to the termination provisions in this Agreement. 3.2 Project Schedule. CONSULTANT shall perform the Services in accordance with the Project Schedule set forth in Exhibit A, after issuance of the notice to proceed and a purchase order. Minor adjustments to the timetable for completion approved by CITY in advance, in writing, will not constitute non-performance by CONSULTANT. The CITY shall determine and adjust the time for performance and authorize the commencement of later phases in writing, which may be memorialized by written amendments hereto. 3.3 Delays Due to City. CONSULTANT's Services shall be timely performed in compliance with the Project Schedule or as amended in writing executed by both Parties. If CONSULTANT is delayed at any time in the progress of its Services by any act, failure to act, or neglect of the CITY, or any separate consultant or contractor hired directly by the CITY, or by occurrences beyond the control and without any fault or negligence of CONSULTANT, CONSULTANT shall provide to the CITY, within five (5)working days of the date the delay began, written notice of the delay. Provided the Consultant has timely notified the CITY of such delay, the CITY shall amend the schedule in writing for the time delay actually caused by such occurrence, as determined by the City in its sole discretion. This extension of time shall be CONSULTANT's sole and exclusive remedy attributed to such delay. 3.4 Financial Consequences for Consultant's Delay or Nonperformance. The CITY reserves the right to withhold payment when the CONSULTANT has failed to perform/comply with the provisions of this Agreement. For each task deliverable not received by the CITY at one RFQ NO.25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-3 hundred percent (100%) completion by the specified due date, the CITY will reduce the relevant Task Compensation Amount(s) paid to the CONSULTANT in proportion to the percentage of the deliverable(s) not fully completed and/or submitted to the CITY in a timely manner. 3.5 Time is of the Essence for this Agreement. Time shall be of the essence for each and every provision of this Agreement. If the CONTRACTOR fails to timely commence the Services herein required following the Notice to Proceed or fails in the performance of the work specified and required to be performed within the time limits set forth in this Agreement after due allowance for any extension or extensions of time, the CITY may immediately terminate this Agreement . 3.6 Termination for Convenience. This Agreement may be terminated by the CITY for convenience upon providing thirty (30) business days of written notice to the CONSULTANT, in which event CONSULTANT shall be compensated for Services satisfactorily performed prior to the termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. 3.7 Default, Right to Cure, and Termination for Cause. Either Party may terminate this Agreement for cause if the other Party neglects or fails to perform or observe any of the terms, provisions, conditions, or requirements of this Agreement if such neglect or failure continues for a period of thirty(30)days after receipt of written notice of such neglect or failure. If this Agreement is terminated by the CITY for cause, the CITY may take over the Services and complete them by contracting with other consultant(s)or otherwise, and in such event, CONSULTANT shall be liable to the CITY for any additional costs incurred by the CITY due to such termination. "Additional Costs" is defined as the difference between the actual cost of completion of such incomplete Services and the cost of completion of such Services that would have resulted from payments to CONSULTANT had this Agreement not been terminated. In the event of termination for cause, no payments to CONSULTANT shall be made (1) for Services not satisfactorily performed and (2) for assembly of and submittal of documents as required under this Agreement. 3.8 In the event of termination for cause or convenience, all finished or unfinished documents, drawings, CADD files, data, studies, plans, surveys, reports, or any other materials prepared by CONSULTANT for the Project pursuant to this Agreement shall become the property of CITY and shall be delivered by CONSULTANT to CITY immediately. 3.9 Upon termination, this Agreement shall have no further force or effect, and the Parties shall be relieved of all further liability under this Agreement, except that the provisions of this section and the provisions regarding termination, the right to audit, property rights, insurance, indemnification, governing law, and litigation shall survive termination of this Agreement and remain in full force and effect. ARTICLE 4 - PROFESSIONAL SERVICES FEE & EXPENSES 4.1 Compensation. The CITY agrees to compensate CONSULTANT for all services performed pursuant to this Agreement in an amount not to exceed ONE MILLION FOUR HUNDRED NINETY THOUSAND EIGHT HUNDRED TWENTY-SEVEN DOLLARS AND ZERO CENTS ($1,490,827.00) based on the hourly rates set forth in Exhibit C, which was deemed fair, competitive, and reasonable, for Services (the "Fee"). The compensation may be adjusted, if necessary, by a written amendment duly approved and executed by CONSULTANT and CITY, provided the City's budget includes or RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-4 is adjusted to include the modified Fee. 4.2 Fee Schedule. A detailed Fee Schedule and Payment Schedule tied to the deliverables is attached as Exhibit C. The Fee Schedule details the hourly rates, number of hours, and a payment schedule that shall not be front-loaded. 4.2.1 Rates. CONSULTANT's hourly rates for every position or level of profession or staff for whom time will be invoiced under this Agreement are detailed in the Fee Schedule attached as Exhibit C and incorporated into this Agreement. All such rates shall be effective for the term of this Agreement. The fixed hourly costs for all positions will be applicable to both in-house professional engineering services and professional engineering services at the CONSULTANT firm's place of business. 4.2.2 Expenses. The Fee Schedule includes all administrative out-of-pocket expenses to be reimbursed under this Agreement. 4.2.3 Supporting Documents. CONSULTANT shall maintain complete and orderly documentation underlying all of its invoiced out-of-pocket expenses, including copies of paid receipts, invoices, or other documentation acceptable to the CITY. Such documentation shall be sufficient to establish that the expenses were actually incurred and necessary in the performance of the Professional Services. 4.2.4 Mark-Up. Any out-of-pocket costs shall not be marked up more than three percent (3%). 4.2.5 Travel Expenses. Any agreed travel, per diem, mileage, meals, or lodging expenses, the cost of which are subject to the CITY's prior written approval, shall be paid in accordance with the rates and conditions established by the City's Travel Policy, a copy of which has been provided to CONSULTANT, or the applicable law or ordinance. 4.3 Subcontracts. CONSULTANT may invoice for Services related to the sub-contractual services at the established hourly rates in the Fee Schedule. 4.4 Invoices. CONSULTANT shall be entitled to invoice CITY monthly for Services performed. The invoice shall include information such as, but not be limited to, the date of service, staff classification, the amount of time spent, a description of the service, and any other information reasonably required by CITY. 4.5 Payment. The Fee shall be paid in accordance with the Payment Schedule and upon acceptance of deliverables satisfactory to the City and receipt of a proper invoice from CONSULTANT. CITY will do its best to pay CONSULTANT within thirty (30) days after receipt of the proper invoice, the total shown to be due on such invoice. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. Payment will be made to CONSULTANT at: Baxter & Woodman, Inc. PO Box 736898 Chicago, IL 60673 RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-5 4.6 Final Invoice. In order for the Parties to close their books and records, CONSULTANT shall submit its final invoice no later than four (4) months after completion of all Services. CONSULTANT shall clearly indicate "Final Invoice"on its final invoice. Such indication shall certify to the CITY that all Services have been properly performed and all charges and costs owed in connection with this Agreement have been invoiced to the CITY. Any requests for reimbursement or fee payment, if not properly included on the final invoice or not submitted within four months after completion of the Services, are waived by CONSULTANT. 4.7 Truth-In-Negotiation Certificate. Signature of this Agreement by CONSULTANT shall act as the execution of a Truth-in-Negotiation Certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums, by which the CITY determines that contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. 4.8 Contingency or Allowance. Any contingency or allowance amount provided for by the CITY authorizes the CITY to execute change orders up to the amount of the contingency or allowance without the need to obtain additional Commission approval. In addition, CITY shall utilize the contingency or allowance to reimburse CONSULTANT for the related permit, license, impact, or inspection fees. Payments will be made to CONSULTANT based on the actual cost of permits upon submission of paid permit receipts. It is hereby understood and agreed that the CONSULTANT shall not expend any dollars in connection with the contingency or allowance without the expressed prior written approval of the CITY's authorized representative. Any contingency or allowance funds that have not been utilized at the end of the Project will remain with the CITY; the CONSULTANT shall only be paid for the Project cost as approved by the City Commission, along with any contingency or allowance expenses that were approved by the CITY's authorized representative. If the permit fees exceed the contingency or allowance CITY will reimburse the CONSULTANT the actual amount of the permit fees required for Project completion. ARTICLE 5 - CHANGES TO SCOPE AND ADDITIONAL SERVICES 5.1 CITY or CONSULTANT may, from time to time, request changes that would increase, decrease, or otherwise modify the Scope of Services to be provided under this Agreement subject to the requirements set forth in §287.055, Florida Statutes. Upon receipt by CONSULTANT of CITY's notification of a contemplated change, CONSULTANT shall in writing: (i)provide a detailed estimate for the increase or decrease in CONSULTANT's Fee and other design costs that would result from the contemplated change; (ii) notify the CITY of any estimated change in the completion date; and (iii) advise the CITY how the contemplated change shall affect the CONSULTANT's ability to meet the completion dates or schedules. Changes to the Scope of Work that do not affect the Project Schedule and Fee can be approved by the City's Project Manager by change order. If a change will affect the Project Schedule and/or Fee, if the City elects to make the change, such changes or additional work must be in accordance with the provisions of the City's Code of Ordinances and must be contained in a written amendment, executed by the Parties hereto, with the same formality, equality, and dignity herewith prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. 5.2 CONSULTANT shall continue to render Services while seeking a change order or amendment unless such services have not been authorized. Services to be performed while seeking a change order or amendment that are not described herein or in a separate written amendment or change order shall be performed at the CONSULTANT'S own risk. In no event will RFQ NO.25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-6 the CONSULTANT be compensated for any Services that have not been authorized in advance pursuant to this Agreement. ARTICLE 6— INDEMNIFICATION 6.1 The Consultant shall indemnify and hold harmless the City, and its current, past, and future officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT or other persons employed or utilized by the CONSULTANT in the performance of this Agreement. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. 6.2 CONSULTANT agrees that the covenants and representations relating to indemnification shall survive the term of this Agreement and continue in full force and effect as to the Party's responsibility to indemnify. 6.3 Nothing contained here is intended nor shall be construed to waive CITY's rights and immunities under the common law or Section 768.28, Florida Statutes, as may be amended from time to time. ARTICLE 7— INSURANCE 7.1 The CONSULTANT expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONSULTANT shall in no way limit the responsibility to indemnify, keep, and save harmless and defend the CITY or its officers, employees, agents, and instrumentalities as herein provided. 7.2 CONSULTANT shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and Attachment A and such insurance has been approved by the Risk Manager of the CITY, nor shall the CONSULTANT allow any sub-consultant to commence work on any subcontract until all similar such insurance required of the sub- consultant has been obtained and similarly approved. a. During the performance of the Services under this Agreement, CONSULTANT shall maintain the following insurance policies and provide originals or certified copies of all policies to CITY's Director of Risk Management. All policies shall be written by an insurance company authorized to do business in Florida. CONSULTANT shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: i. Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. REQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-7 ii. Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 10, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of$1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. iii. Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of$1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. iv. Professional Liability(Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Agreement in the minimum amount of $1,000,000 per occurrence. v. Umbrella/Excess Liability Insurance: in the amount of$1,000,000.00 as determined appropriate by the CITY, depending on the type of job and exposures contemplated. Coverage must follow the form of the General Liability, Auto Liability, and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to the Agreement. Right to Revise or Reject. CITY reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages, and endorsements, or to reject any insurance policies that fail to meet the criteria stated herein. Additionally, CITY reserves the right, but not the obligation, to review and reject any insurer providing coverage due to its poor financial condition or failure to operate legally. Additional Insureds. All required insurance (except Worker's Compensation and Professional Liability) shall include an Additional Insured endorsement identifying "the City of Boynton Beach, its commissioners, officers, employees, and agents" as Additional Insureds. The CITY shall pay no costs for an additional insured endorsement. ARTICLE 8 - NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Agreement, neither the CONSULTANT nor any sub-consultants shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual RFC)NO 25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-8 orientation, or disability if qualified. CONSULTANT will take affirmative action to ensure that employees are treated during employment without regard to their race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. CONSULTANT shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. CONSULTANT further agrees that CONSULTANT will ensure that sub-consultants, if any, will be made aware of and will comply with this nondiscrimination clause. ARTICLE 9 — STAFFING AND INDEPENDENT CONTRACTOR 9.1 Personnel. CONSULTANT represents that its project manager and all key staff identified in CONSULTANT's Proposal shall remain assigned to the Project, unless otherwise specifically agreed by the CITY. All personnel engaged in performing the Services shall be fully qualified and, if required, licensed or permitted under all applicable federal, state, and local laws and regulations to perform such services. CONSULTANT specifically acknowledges that its employees will not be covered by the CITY's workers' compensation insurance and CONSULTANT will be solely and exclusively responsible for payment of all federal and state income, social security, unemployment, and disability taxes due in respect of all compensation and/or other consideration paid by the CITY to CONSULTANT under this Agreement. 9.2 Independent Contractor. This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for all purposes, including but not limited to the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers' Compensation Act, and the State unemployment insurance law. The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out CONSULTANT'S activities and responsibilities hereunder provided, further that administrative procedures applicable to Services rendered under this Agreement shall be those of CONSULTANT, which policies of CONSULTANT shall not conflict with CITY, State, or United States policies, rules or regulations relating to the use of CONSULTANT's funds provided for herein. The CONSULTANT agrees that it is a separate and independent enterprise from the CITY, that it has full opportunity to find other business, that it has made its own investment in its business, and that it will utilize the standard of care to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY, and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 -AGREEMENT SUBJECT TO FUNDING This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. In the event funds to finance this Agreement become unavailable, the CITY may terminate this Agreement upon no less than twenty-four(24) hours' notice to CONSULTANT. The CITY shall be the sole and final authority as to the availability of funds. RFQ NO 25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-9 ARTICLE 11 - UNCONTROLLABLE FORCES Neither CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing Party could not avoid. The term "Uncontrollable Forces" shall mean any event that results in the prevention or delay of performance by a Party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming Party. It includes, but is not limited to: fire, flood, earthquakes, storms, lightning, epidemics, pandemics, acts of God, war, riot, civil disturbance, sabotage, and governmental actions. Neither Party shall, however, be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the nonperforming Party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming Party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other Party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 12 - GOVERNING LAW, JURISDICTION, VENUE, AND WAIVER OF JURY TRIAL This Agreement shall be governed by and construed in accordance with the laws of the State of Florida as now and hereafter in force. The venue for any and all claims or actions arising out of or related to this Agreement shall be exclusively in Palm Beach County, Florida. CONSULTANT agrees to waive all defenses to any suit filed in Florida based upon improper venue or forum nonconveniens. THE CITY AND CONSULTANT HEREBY MUTUALLY KNOWINGLY, WILLINGLY, AND VOLUNTARILY WAIVE THE RIGHT TO TRIAL BY JURY, AND NO PARTY NOR ANY ASSIGNEE, SUCCESSOR, OR LEGAL REPRESENTATIVE OF THE PARTIES SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, PROCEEDING, COUNTERCLAIM OR ANY OTHER LITIGATION PROCEEDING BASED UPON OR ARISING OUT OF THIS AGREEMENT, OR ANY COURSE OF ACTION, COURSE OF DEALING, STATEMENTS (WHETHER VERBAL OR WRITTEN) OR ACTIONS RELATING TO THIS AGREEMENT. THE PARTIES ALSO WAIVE ANY RIGHT TO CONSOLIDATE ANY ACTION IN WHICH A JURY TRIAL HAS BEEN WAIVED, WITH ANY OTHER ACTION IN WHICH A JURY TRIAL HAS NOT BEEN WAIVED. THE PROVISIONS OF THIS PARAGRAPH HAVE BEEN FULLY NEGOTIATED BY THE PARTIES. THE WAIVER CONTAINED HEREIN IS IRREVOCABLE, CONSTITUTES A KNOWING AND VOLUNTARY WAIVER, AND SHALL BE SUBJECT TO NO EXCEPTION. NEITHER THE CITY NOR THE CONSULTANT HAS IN ANY WAY AGREED WITH OR REPRESENTED TO THE OTHER OR ANY OTHER PARTY THAT THE PROVISIONS OF THIS PARAGRAPH WILL NOT BE FULLY ENFORCED IN ALL INSTANCES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. ARTICLE 13 - SIGNATORY AUTHORITY CONSULTANT shall provide CITY with copies of requisite documentation evidencing that the signatory for CONSULTANT has the authority to enter into this Agreement. ARTICLE 14 - DEFAULT OF CONTRACT & REMEDIES 14.1 Damages. CITY reserves the right to recover any ascertainable actual damages incurred as a result of the failure of CONSULTANT to perform in accordance with the requirements of this RFQ NO.25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-10 Agreement or for losses sustained by CITY resultant from CONSULTANT's failure to perform in accordance with the requirements of this Agreement. 14.2 Correction of Services. If, in the judgment of CITY, the Services provided by CONSULTANT do not conform to the requirements of this Agreement, or if the Services exhibit poor workmanship, CITY reserves the right to require that CONSULTANT correct all deficiencies in the services to bring the Services into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement. CITY shall be the sole judge of non-conformance and the quality of Services. 14.3 Default of Contract. The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by CONSULTANT for which CITY may terminate for cause: 14.3.1 The abandonment, unnecessary delay, refusal of, or failure to comply with any of the terms of this Agreement or neglect or refusal to comply with the instructions of the City Manager or individual relative thereto. 14.3.2 The failure by CONSULTANT to observe or perform any of the terms, covenants, or conditions of this Agreement to be observed or performed by CONSULTANT, where such failure shall continue for a period of thirty (30) days after written notice thereof by CITY to CONSULTANT; provided, however, that if the nature of CONSULTANT's default is such that more than thirty (30) days are reasonably required for its cure, then CONSULTANT shall not be deemed to be in default if CONSULTANT commences such cure within said thirty (30) day period and thereafter diligently prosecutes such cure to completion. 14.3.3 The assignment and/or transfer of this Agreement or execution or attachment thereon by CONSULTANT or any other Party in a manner not expressly permitted hereunder. 14.3.4 The making by CONSULTANT of any general assignment or general arrangement for the benefit of creditors, or the filing by or against CONSULTANT of a petition to have CONSULTANT adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against CONSULTANT, the same is dismissed within sixty (60) days); or the appointment of a trustee or a receiver to take possession of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where possession is not restored to CONSULTANT within thirty (30) days; for attachment, execution or other judicial seizure of substantially all of CONSULTANT's assets, or for CONSULTANT's interest in this Agreement, where such seizure is not discharged within thirty (30) days. ARTICLE 15— BANKRUPTCY It is agreed that if CONSULTANT is adjudged bankrupt, either voluntarily or involuntarily, this Agreement shall automatically terminate effective on the date and at the time the bankruptcy petition is filed. RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-11 ARTICLE 16 - DISPUTE RESOLUTION If a dispute arises between CITY and CONSULTANT relating to this Agreement, performance, or compensation hereunder, CONSULTANT shall continue to render Services in full compliance with all terms and conditions of this Agreement as interpreted by CITY regardless of such dispute. CONSULTANT expressly agrees, in consideration for the execution of this Agreement, that in the event of such a dispute, if any, it will not seek injunctive relief in any court but will negotiate with CITY for an adjustment on the matter or matters in dispute and, upon failure of said negotiations to resolve the dispute, may present the matter to a court of competent jurisdiction in an appropriate suit therefore instituted by it or by CITY. ARTICLE 17 - PUBLIC RECORDS 17.1 The City of Boynton Beach is a public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: 17.1.1 Keep and maintain public records required by the CITY to perform the service; 17.1.2 Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; 17.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and, following completion of the Agreement, CONSULTANT shall destroy all copies of such confidential and exempt records remaining in its possession after the CONSULTANT transfers the records in its possession to the CITY; and 17.1.4 Upon completion of the Agreement, CONSULTANT shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT's possession. All records stored electronically by the CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. 17.2 The failure of CONSULTANT to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement, for which, the CITY may terminate the Agreement in accordance with the terms herein. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-12 TELEPHONE: 561-742-6060 CitvClerk(a�bbfl.us ARTICLE 18— PERFORMANCE EVALUATIONS CONSULTANT will be evaluated on a project-by-project basis utilizing the form attached hereto as Attachment B. The evaluations provide information about compliance with budget, schedule, and other key performance indicators and are a factor in future procurement evaluations. Evaluations are submitted to the CONSULTANT as part of the project closeout process. ARTICLE 19— REGULATORY CAPACITY Notwithstanding the fact that CITY is a municipal corporation with certain regulatory authority, CITY's performance under this Agreement is as a Party to this Agreement and not in its regulatory capacity. If CITY exercises its regulatory authority, the exercise of such authority and the enforcement of applicable law shall have occurred pursuant to CITY's regulatory authority as a governmental body separate and apart from this Agreement and shall not be attributable in any manner to CITY as a Party to this Agreement. ARTICLE 20 — MISCELLANEOUS 20.1 Ownership of Documents. All plans, drawings, calculations, construction documents, technical specifications, sketches, photographs, videos, illustrations, tracings, PowerPoint presentations, specifications, maps, computer files, and/or studies or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, regardless of form or format,will be considered works made for hire and, upon payment by the CITY of the Fee for same, will become the exclusive property of the CITY without restriction or limitation on their use and will be made available, upon request, to the CITY upon request and/or upon completion or termination of this Agreement. CITY shall not be required to pay any additional charges for the CITY's documents and records. Documents can be provided to the CITY electronically. Upon delivery to the CITY of said document(s), the CITY will become the custodian thereof in accordance with Chapter 119, Florida Statutes. CONSULTANT will not copyright any material and products or patent any invention developed under this Agreement. CONSULTANT specifically waives and releases all rights that CONSULTANT may have in the materials, products, or inventions pursuant to 17 U.S.C. §106A and 113(d). CONSULTANT acknowledges and affirms that pursuant to 17 U.S.C. §106A(e), such waiver and release shall be effective as to any and all uses foreseeable and unforeseeable for which such materials, products, or invention might be subject. CONSULTANT waives and assigns to CITY all copyrights under 17 U.S.C. §101, et seq., and all other rights in the materials, products, invention, and any work produced. Any reuse of CONSULTANT's prepared documents by the CITY, except for the specific purpose intended under this Agreement, will be at CITY's sole risk and without liability or legal exposure to CONSULTANT or its sub-consultants. 20.2 Consultant's Records. Notwithstanding any other provision in this Agreement, CONSULTANT shall be entitled to retain a copy of all plans, drawings, calculations, construction documents, technical specifications, sketches, photographs, videos, illustrations, tracings, PowerPoint presentations, specifications, maps, computer files and/or studies or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, for CONSULTANT's records only as is necessary for CONSULTANT to RFD NO.25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-13 document its Services. Consultant acknowledges that plans, drawings, documents, and records related to the physical security of CITY facilities or security systems are exempt or confidential records and shall not be disclosed by CONSULTANT, except as authorized by law and specifically authorized by CITY. 20.3 Standard of Care. The standard of care for all Services performed or furnished by CONSULTANT under this Agreement will be the care and skill ordinarily used by members of CONSULTANT's profession practicing under similar circumstances. 20.4 Standard of Conduct. The implied covenant of good faith and fair dealing under Florida law is expressly adopted. 20.5 Compliance with Laws. In the conduct of Services under this Agreement, CONSULTANT shall comply in all material respects with all applicable federal and state laws and regulations and all applicable County and City ordinances and regulations. 20.6 Legal Representation. It is acknowledged that each Party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement. Accordingly, the rule that a contract shall be interpreted strictly against the Party preparing same shall not apply herein due to the joint contributions of both Parties. 20.7 Duly Licensed. CONSULTANT represents that it is duly licensed in Florida to perform the Services under this Agreement and that it will continue to maintain all licenses and approvals required to conduct its business. 20.8 Records and Right to Audit. CONSULTANT shall keep such records and accounts and require all subcontractors to keep records and accounts as necessary to record complete and correct entries as to personnel hours charged to this engagement and any expenses for which CONSULTANT expects to be reimbursed. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of SIX(6) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. All records shall be maintained and available for disclosure, as appropriate, in accordance with Chapter 119, Florida Statutes. If an audit inspection in accordance with this section discloses overpricing or overcharges (of any nature) by CONSULTANT to the CITY in excess of one-half of one percent(.5%)of the total contract billings, (1)the reasonable costs of the CITY's audit shall be reimbursed to the CITY by the CONSULTANT and (2) liquidated damages in the amount of 15% of the overpricing or overcharges shall be assessed. Any adjustments and/or payments that must be made as a result of the audit inspection, including any interest, audit costs, and liquidated damages, shall be made by the CONSULTANT within 45 days from the presentation of the CITY's findings to the CONSULTANT. Failure by CONSULTANT to permit such audit shall be grounds for termination of this Agreement by the CITY. 20.9 Assignments; Amendments. This Agreement and any interests herein shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment that requires CITY approval. However, this Agreement shall run to the benefit of CITY and its successors and assigns. It is further agreed that no modification, amendment, or alteration in the terms or conditions contained RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-14 herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 20.10 No Contingent Fees. CONSULTANT warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. 20.11 Waiver. Any waiver by either Party of any one or more of the covenants, conditions, or provisions of this Agreement shall not be construed to be a waiver of any subsequent or other breach of the same or any covenant, condition, or provision of this Agreement. Nothing in this Agreement shall be interpreted to constitute a release of the responsibility and liability of CONSULTANT, its employees, sub-contractors, agents, and sub-consultants for the accuracy and competency of their designs, working drawings, construction documents, technical specifications or other documents and works, nor shall any approval by the CITY be deemed to be an assumption of such responsibility by the CITY for a defect or omission in designs, construction documents, technical specifications or other documents prepared by CONSULTANT, its employees, agents or subcontractors. 20.12 Remedies. No remedy conferred upon any Party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy granted by this Agreement or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy shall preclude any other or further exercise thereof. 20.13 Notice. Whenever any Party desires to give notice unto any other Party, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the Party for whom it is intended and the remaining Party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, CONSULTANT and CITY designate the following as the respective places for giving of notice: CITY: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Telephone No. (561) 742-6000 CONSULTANT: Rebecca Travis, Exec Vice President Baxter& Woodman, Inc. • 1601 Forum Place, Suite 400 West Palm Beach, FL 33401 • Telephone No. (561) 425-7715 RFQ NO 25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-15 20.14 Binding Authority. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute this Agreement on behalf of the Party for whom they are signing and to bind and obligate such Party with respect to all provisions contained in this Agreement. 20.15 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 20.16 Exhibits. Each exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits, if not physically attached, should be treated as part of this Agreement and are incorporated herein by reference. 20.17 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 20.18 Extent of Agreement; Conflicts. This Agreement represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements, either written or oral. In the event of any conflict or ambiguity by and between this Agreement, the RFQ, and any exhibits,the provisions shall be given precedence in the following order: (1)This Agreement, (2) Exhibit A, (3) Exhibit C, (4)the RFQ, and (5), Exhibit B. 20.19 Attorneys' Fees. In the event that either Party brings suit for enforcement of this Agreement, each Party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. 20.20 Counterparts and Execution. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, valid, and effective upon delivery of the executed documents to the other Party through facsimile transmission, email, or other electronic delivery. 20.21 No Third-Party Beneficiaries. The Services to be performed by the CONSULTANT are intended solely for the benefit of the CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on the CONSULTANT's performance of its Services hereunder, and no right to assert a claim against the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third Party as a result of this Agreement or the performance of the CONSULTANT's Services hereunder. 20.22 Public Entity Crime Act. CONSULTANT represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. CONSULTANT further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONSULTANT has been placed on the convicted vendor list. RR)NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-16 20.23 Discriminatory Vendor and Scrutinized Companies Lists; Countries of Concern. CONSULTANT represents that it has not been placed on the "discriminatory vendor list" as provided in Section 287.134, Florida Statutes, and that it is not a "scrutinized company" pursuant to Sections 215.473 or 215.4725, Florida Statutes. CONSULTANT represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with CITY on any of the grounds stated in Section 287.135, Florida Statutes. CONSULTANT represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. 20.24 Employment Eligibility. CONSULTANT represents that CONSULTANT, and each subcontractor have registered with and use the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If CONSULTANT violates this section, CITY may immediately terminate this Agreement for cause, and CONSULTANT shall be liable for all costs incurred by CITY due to the termination. 20.25 Limitation of Liability. Notwithstanding any provision of the Agreement to which it is applicable, CITY shall not be liable or responsible to CONSULTANT beyond the amount remaining due to CONSULTANT under this Agreement, regardless of whether said liability be based in tort, contract, indemnity, or otherwise; and in no event shall CITY be liable to CONSULTANT for punitive or exemplary damages or lost profits or consequential damages. SIGNATURE PAGE FOLLOWS RFQ NO 25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-17 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. DATED this _\a`I day of Li.. c.x.,.Sar , 20 a'5 CITY OF BOYNTON BEACH BAXTER & WOODMAN, INC. - ar.,e_____ . Rebecca Shelton, Mayor (Authorized Official Name). Rebecca Travis Print Name of Authorized Official Executive Vice President S �W0O Title `�, VpR'ORq)F'9�'': (Corporate Seal) mx SEAL Z co Attest/Authenticated: 4 "°� " fr1/1/164,4 AAAV Witness V 1-vH uncLa S6vi fro Print Name Approved as to Form: AO . il'ani Shawna G. Lamb, Office of the City Attorney ���� � �` Ep,C H ‘, 6 ......• o k.0:..%%'^I 49 I, Attest/Authenticated: :ate O •: 4 to i? 't o V S � ".- 0-nvinc2.6r,r) v;.st s ,--.° c/) 8 ^-4 I 0 c3orMaylee De Jeius, City Clei'1 - 11‘‘��O••.•••.•� RFQ NO.25-018Q CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-18 CORPORATE ACKNOWLEDGEMENT STATE OF -h-/-//JD/S ) COUNTY OF GL//L L ) The foregoing instrument was acknowledged before me by means of) physical presence or c online notarization, this //'111- day of J&1// , 202 by Rebecca Travis on behalf of Baxter& Woodman, Inc. . an Illinois Corporation. He/she is personally known to me or has produced as identification. EUZANETNANN N? EN wrfr►iAMo,INUMOMMY CounissionIN.own NOTARY PUBLIC CQ/Za i'( fit)t f-Uv) 706r3;?.? 5 - 4 q (Name of Notary Typed, Printed or Stamped) (1.0As Coy di,Ar\O-(Ar Title or Rank Serial number, if any REQ NO 25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-19 EXHIBIT A SCOPE OF WORK AND PROJECT SCHEDULE RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-20 Exhibit A City of Boynton Beach Chapel Hill Drainage Improvements Scope of Services Baxter and Woodman, Inc. July 9, 2025 This Scope of Work when executed, will become part of the Agreement for professional services between the City of Boynton Beach (City), Florida and Baxter & Woodman, Inc. (Consultant), for the Chapel Hill Drainage Improvements Project, RFQ No. 25-0180. BACKGROUND The City has selected the Consultant to provide engineering services in support of the "Chapel Hill Drainage Improvements" (Project). The engineering services desired by the City include hydrologic and hydraulic (H&H) modeling, engineering, constructability review, value engineering, permitting, bidding assistance, construction management and part-time inspection services. A report was previously prepared by others for the Project, which included preliminary design recommendations and cost estimates used to support grant applications and the solicitation of design professionals. The major work items for the _ _ ,N, Project include the design of approximately 26,000 w, : .�. t. 4,4 i linear feet (LF) of roadway drainage including r" _• ;• °'/ -1..,t'`.ir' r �y� ii;, curbing, swales, pipes, exfiltration trenches, r., •::, "` -a ,. 0• iv drainage structures, new gravity outfall(s), a / -, 0:"�t .,.�.-:- . .A discharge pipe for a stormwater pump station and " ,`,;.1t. t + / ;; 'ai.4-i' 4 , a new stormwater pump station. Ancillary items ; I ' ' -o i.‘—',..4 ', 0�R 1.c.:4 associated with the construction of the stormwater , F j management system include but are not limited to ; � � ,;q,,;,,�,. o��,���>� � � �4 sanitary and water service line adjustments, ' k ♦�t .r •.; F F a, o driveway replacements, roadway widening and , , o —P*'* e�",, p' 4.,�,--,,+rt M` restoration, and erosion control measures. The f r ;:.;._.. V4t111%4 ;.4? b[' r I . ep) 7'r';�t:vir r -ct-- p / project includes the following streets in the Chapel Y" � ���'^ � PPdf.aa7d D ti9y�6. 7 � � Hill Community: SW 24th Ave., SW 25th PI., SW • v t;Y,^` ",� t• �� �f►:p,;, +�' 27th Ave. SW 9th St.,SW 8th St. SW 7th St., SW 6th %,..;:;.,`"r„, , ., 0.4. k ~ a St., SW 5th St., SW 4th St., SW 27th PI., SW 27th ill .r , ' .- . z r? '°.41v Zelk "mN - Way., SW 27th Ter., SW 28th Ave., Sunset Rd., 1 r �, �'''c , Fernwood Dr., Westwood Ln., Churchill Dr. and I/ , v' r - , y. ;; 1. Chapel Hill Blvd. Refer to the area bounded in green / . 4 E` ""`�" ..g.I on the exhibit to the right. The purpose of the .4. - •q t. ,.1.: - - °`�- project is to improve the level of service for the 4,, '` ,oft.,' ` ~r °'r' roads listed and improve the water quality that is ., _ 12 . 4 a , x.74 � F f^1 a being discharged from this area to the E-4 Canal. 7/9/2025 1 Baxter&Woodman, Inc. SCOPE OF WORK The following is a description of the Scope of Services to be provided under this Agreement. Consultant will provide engineering services for the "Chapel Hill Drainage Improvement" project. Task 1— Project Coordination and Preliminary Design Task 1.1 Project Management: the Consultant will plan, schedule, and control the activities that must be performed to complete the project including budget, schedule, and scope. Coordinate with the City and project team to ensure the goals of the project are achieved. Prepare and submit monthly invoices, coordinate invoices from sub-consultants, and provide a monthly status report via email describing tasks completed the previous month and outlining goals for the subsequent month. Task 1.2 Project Meetings: the following meetings are anticipated for this project: Meetings with City (7 total) Kickoff Meeting, Preliminary Design Report Meeting, Preliminary Design Review Meeting, Grant Coordination Meetings, Progress Review Meeting, and Final Plans Review Meeting. Task 1.3 Topographic Survey: the Consultant will furnish the services of a Florida- licensed professional land surveyor to provide survey services consisting of topography and horizontal locations referenced by baseline stationing. All existing facilities and utilities within the project area (design limits) will be referenced by baseline station with an offset distance (left or right)from the baseline for the project and will include the following: Topography survey at maximum 25-foot intervals and at major ground elevation changes to depict existing ground within the proposed project area. This will be accomplished by collecting pertinent data which will include the following: a) Location of all visible fixed improvements within the project limits, including physical objects, roadway pavement, driveways, sidewalks, curbs, trees, signs, fences, power poles, buildings (including finished floors), and other encumbrances, including points of intersections, curvature and tangency. b) The face of each building adjacent to right-of-way with finish floor elevation. c) Elevations within project area will be indicated on a minimum 25-foot grid (Based on NAVD88 datum), and will indicate centerline grades, edge of pavement grades and shoulder grades, low points and all property easement lines. Intermediate grades will be indicated at all grade breaks, driveways, and sidewalks. A minimum of 5 foot over the right-of-way line will also be collected along the length of road. 7/9/2025 2 Baxter&Woodman,Inc. d) Provide and reference a benchmark within the project area. Elevation to be referenced to an existing established City or County Benchmark. e) Locate all drainage and gravity sewer features and pipes including invert elevations, top of structure elevations, bottom of structure elevations, pipe directions, pipe connectivity, pipe sizes and pipe materials. Upstream and downstream structures will be located. f) Identify platted rights-of-way and dedicated easements. g) All valve box rims and top of nut associated with the valve box. h) Provide and reference benchmarks at maximum 600-ft intervals. Elevations to be referenced to an existing established City or County Benchmark. i) Topography and trees and landscape in areas of Girl Scout Park and Forest Hill Park. The topographical survey data will be prepared in AutoCAD (Version 2025) formatted at a scale of 1" = 20'. The final topographical survey drawing will also include the locations and results of SUE work and test holes. The limits of the survey will be considered the right-of-way, 5 feet on the private property, and the face of structures adjacent to the right-of-way. The survey will be field checked to confirm that above-ground features were obtained. The Consultant will walk the proposed improvement routes to: resolve deficient/questionable items from the topographic survey; evaluate the condition of existing pavements, drainage structures, sidewalk, and curb and gutter; confirm the horizontal and vertical alignment of new drainage; identify installation methods; evaluate the condition of existing surfaces and structures and identify areas conducive for contractor staging; identify right-of-way features to be protected. Task 1.4 Geotechnical Investigation: the Consultant will provide the services of a professional geotechnical engineer to provide subsurface investigations of the project area that will include: a) Perform twelve (12) SPT borings to depths of 20 feet below grade for the design of the drainage structures. b) Perform two (2) SPT borings to depths of 35 feet below grade for the design of the pump station. c) Will have twelve (12) pavement cores collected and evaluated by the geotechnical engineer for the design of the roadway. d) Perform eight(8) percolation tests to determine the soil hydraulic conductivity for the design of the exfiltration trenches. e) One (1) signed and sealed Geotechnical engineering evaluation report (electronic .pdf) will be provided. The geotechnical engineering report will include detailed graphical logs of soil borings indicating groundwater levels and soil classifications, results of exfiltration 7/9/2025 3 Baxter&Woodman,Inc. and laboratory tests, pavement restoration and site preparation recommendations, as well as design guidance for excavation, trenching, pipe and structure, shoring, fill and backfill, and compaction related to the proposed work. Task 1.5 Utility Coordination, subsurface investigation and soft digs: Consultant will contact and review the information from utility agencies (electric, phone, gas, cable TV, and City facilities) and soft digs. The Consultant will furnish the services of a professional subsurface utility engineering company to provide utility designation service to identify underground field locations of existing utilities throughout the limits of the project. The work will consist of conducting a thorough electronic search for buried utility systems and infrastructure. The investigation will be accomplished using active and passive utility detection equipment. Utility designation will be performed in the field using standard paint colors to indicate the utility's location and direction. These markings will be coordinated with the Surveyor and incorporated into the survey data. Once proposed improvements have been approved by the City, Consultant will perform test holes to physically identify buried utilities. Test holes consist of vacuum or hand excavation to measure and record the approximate horizontal, depth, pipe diameter, and pipe material data of utilities that could be affected within the project limits. Consultant will provide a subsurface investigation report as developed by the professional underground services company. Consultant will provide the services of a qualified company to use vacuum excavation equipment to perform up to 100 test holes at locations as directed by the client. Consultant will make every effort to vacuum excavate to a depth of eight (8) feet using high pressure air methods. However, vacuum excavation will cease when these methods are unable to progress below refusal, such as bedrock or flowable fill. Consultant will not employ destructive methods, such as jackhammers or chipping hammers, to break up bedrock or other refusal within a test hole due to the risk of damage to buried utilities and safety risk to employees. Utilities deeper than 8 feet may not be found. Sunshine 811 will be notified two (2) full business days in advance of excavation. The results will be coordinated and collected as part of the survey. Task 1.6 Title Work:The City has identified two existing drainage pipe outfall locations where the existence of easements are to be confirmed. Consultant will utilize the services of a title work company to research the available public records.The locations are along the lot line between 920 and 914 Chapel Hill Boulevard and between 3216 and 3220 Chapel Hill Boulevard.The title work information will be provided to the City and any existing easement information reflected on the design plans. Task 1.7 Grant Application, Administration & Reporting Assistance: Consultant will assist the City in identifying various loan and grant opportunities, including but not limited to State Revolving Fund, Resilient Florida, Hazard Mitigation, Palm Beach County Local Mitigation Strategy Flood Assistance Program, and Department of 7/9/2025 4 Baxter&Woodman,Inc. Economic Opportunity Florida Commerce Grant. Consultant will assist the City in preparing and completing application forms for the selected loan or grant option(s). Consultant will also work with City Grants Manager, once the grants the City wants to apply for are identified, Commission approval will be needed before applying for the desired grant. This task is limited to assistance with application to three construction funding sources. The City provided a 2021 multi-jurisdictional vulnerability assessment for our use.This current scope of work does not include the preparation of an updated or Boynton Beach specific Vulnerability Study as required for the Resilient Florida program. During construction Consultant will assist with Wage Rate Interview Forms (if necessary) and prepare necessary Grant reporting information and submit to the City, for their compliance reporting with Federal or State Grants for project funding (including monthly and quarterly reporting). Task 2 — Preliminary Design Report Task 2.1 Existing H&H Modeling Review and Update: The City has an existing model of this area in PC-SWMM, which was prepared in December 2021. The model and its results are documented in the report titled Final Report- City of Boynton Beach San Castle, Lake Boynton Estates, and Chapel Hill Storm water Evaluation. The Chapel Hill area portion of the SWMM stormwater model will be reviewed and updated as needed to confirm the findings and recommendations. It is believed that updating the model from PC-SWMM to ICPR4 (Stormwise) will be beneficial because ICPR4 now includes a modeling component for exfiltration trenches. It also provides tools for copying and editing model scenarios. Therefore, the final model deliverable for this project will be ICPR4. Modifications will be made to an existing condition model. Improvements will be added such as the pump station and additional exfiltration trenches as recommended by Consultant and agreed to by the City. Up to three alternatives will be modeled to confirm the best configuration in terms of level of service improvements and cost effectiveness. The results of the modeling will be presented along with, a drawing/figure of the final recommended drainage improvement layout, a discussion of the survey and subsurface investigations, recommendations regarding road pavement restoration, and a discussion of permitting issues. Task 2.2 Draft and Final Design Report, H&H Modeling, and Options: The Consultant will prepare a brief, results-oriented Preliminary Design Report (PDR) summarizing the tasks performed, the findings of the field investigation and detailed design criteria for the recommended improvements. One (1) portable document format (PDF) report will be submitted for review by the City.The Final PDR will incorporate City comments; one (1) PDF copy of the report will be submitted, along with the H&H input model files. The PDR will include the following: 7/9/2025 5 Baxter&Woodman,Inc. o Sub-Consultant report: Survey, Geotechnical Investigation Report, Subsurface Utility Engineering Report, Utility Coordination Summary o Preliminary typical cross-sections o Permitting coordination o Typical details (provided by City) o Summary of project impacts due to the proximity of Lake Ida and the associated WBID for impaired waterbody. o Stormwater technical memorandum o Preliminary recommendation of options (maximum of three (3)) o Potential construction phasing o Preliminary Engineer's Opinion of Probable Construction Costs for each option Task 3— Final Design and Plan Development Task 3.1 Design Drawings: Consultant will prepare construction drawings which will include: cover sheet, general notes, civil plan/profile drawings, and detail sheets conforming to the requirements of the current City of Boynton Beach Minimum Construction Standards. Drawings in electronic (pdf format) will be submitted for City review at Preliminary, Progress, Permit, Final and Bid stages. One (1) hard copy (22"x34" or 11"x17") of drawing sets per submittal can be provided upon City request. A Bluebeam Revu studio session will be set up between the City and the Consultant for each deliverable to track and review comments. Comments can be reviewed, and concurrence can be developed as part of the review. The use of Bluebeam is part of the Consultant's quality assurance and quality control process. Task 3.2 Contract Documents and Specifications: Contract Documents consisting of "front-end" documents and technical specifications will be prepared for Final and Bid design submittal. As part of the preliminary submittal a table of contents will be prepared. "Front-end" documents will be provided by the City for incorporation into the Contract Documents. The technical specifications will conform to the City of Boynton Beach Standards Specifications for Construction. Technical specifications to be reviewed and edited by the Consultant as needed, and to sign and seal. Specifications in electronic (pdf format)will be submitted for City review. One (1)hard copy of technical specifications per submittal can be provided upon City request. Task 3.3 Engineer's Opinion of Probable Cost: Consultant will prepare a detailed Engineer's Opinion of Probable Cost (EOPC). The EOPC will be based upon the level of design drawings and specifications submitted to the City. The EOPC will reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. EOPC in electronic (pdf format) will be submitted for City review at the Preliminary, Final and Bid stages. A schedule of values will also be prepared at the bid stage. One (1) hard copy of the EOPC per submittal 7/9/2025 6 Baxter&Woodman,Inc. can be provided to the City upon request. Task 4— Permitting It is anticipated that Consultant will be required to perform permitting services to get new or modify existing permits as necessary based on revisions to the original design. Permit applications will be completed for each of the permitting agencies if required. Associated permit application fees will be determined by Consultant and paid for by the City under permit allowance. Services do not include preparing the permit application for SFWMD construction dewatering permit(Contractor will be required to secure this permit for construction). In addition to preparing the permit applications for appropriate agencies, Consultant will assist the City in consultations with the appropriate authorities. Consultation services will include the following: • Attend up to one (1) meeting with the staff of each regulatory agencies. • Respond to the request(s)for additional information from each regulatory agency. Consultant will prepare a response for up to one (1) request for information issued by each regulatory agencies. Task 4.1 USACE Nationwide Permit: Coordinate with regulatory agency and submit applications, calculations, drawings, etc. as necessary to permit the proposed design. Task 4.2 SFWMD Environmental Resource Permit: Coordinate with regulatory agency and submit applications, calculations, drawings, etc. as necessary to permit the proposed design. Task 4.3 Lake Worth Drainage District: Coordinate with regulatory agency and submit applications, calculations, drawings, etc. as necessary to permit the proposed design. Task 4.4 City of Boynton Beach Tree Removal & Mitigation: Coordinate with regulatory agency and submit applications, calculations, drawings, etc. as necessary to permit the proposed design. Task 4.5 Boynton Beach Building Department: Consultant will prepare and submit a set of plans for preapplication to the City of Boynton Beach Building Department, in order to initiate the building department review process for the proposed improvements for the Pump Station. Consultant will prepare a response for up to one (3) request for information issued by the City's building department. Upon bidding and selection of a Contractor, the selected Contractor will be required to assume the permit prior to formal issuance of the permit by the City. The contractor will be responsible for paying for the building permit. 7/9/2025 7 Baxter&Woodman,Inc. Task 5— Bidding Assistance Consultant will assist the City with the following for bidding of the project: Task 5.1 Bid Advertisement: Consultant will provide Contract Documents in electronic (.pdf format) for City to issue to prospective bidders. City will receive and process bidding documents and will maintain a record of prospective bidders to whom bidding documents have been issued. Task 5.2 Pre-Bid Conference: Consultant will attend a pre-bid conference followed by a site visit in conjunction with City staff and provide a written summary of issues discussed in meeting minutes. Task 5.3 Bid Clarification/Addenda: Consultant will assist City in issuing addenda and will provide supplemental information or clarification, as appropriate, to interpret, clarify, or expand the bidding documents to all prospective bidders during the bid period. City will issue all addenda to prospective bidders. Task 5.4 Contract Award Recommendation: City will conduct the bid opening and prepare a bid tabulation. Consultant will assist City in evaluating bids and proposals, including reference checks. Consultant will submit to the City a written recommendation concerning the contract award to the lowest responsive responsible bidder. Task 5.5 Conformed Contract Documents: Consultant will furnish to the City conformed Contract Documents in the form of one (1) set of pdf files in electronic and CAD format. Task 6— Limited Construction Services Consultant will provide limited Construction Engineering Services for a combined 14 months of Limited Construction Administration and 12 months assumed for Part Time Construction Inspections, in parallel. Limited Construction Engineering Services are as identified and further detailed below: Task 6.1 Pre-Construction Conference: Construction Manager will prepare the agenda and facilitate the pre-construction conference with the City's awarded Contractor and City staff. Construction Manager will also coordinate with all associated permitting agencies to attend the meeting. Construction Manager will prepare and issue written minutes of the meeting. Task 6.2 Shop Drawing & Submittal Review: Construction Manager will receive, log, and review Shop Drawings and Product Submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 100 submittals(includes submittals and re-submittals if required) is included in the budget 7/9/2025 8 Baxter&Woodman,Inc. for submittal review. Construction Manager will endeavor to review and return submittals to City and Contractor within 7 days of receipt. Task 6.3 Progress Meetings: Construction Manager will attend periodically/monthly construction progress meetings with the City and Contractor with an agenda and written summary of the issues discussed. Monthly Progress meetings will be conducted by the Construction Manager with the Inspectors also in attendance depending on work activities. The formal Monthly Progress Meetings will be held in person with virtual optional. Fourteen (18)total progress meetings are included in the budget for this task. Task 6.4 Construction Clarifications/Daily Communication: Respond in writing to Contractor's Request for Information (RFI) regarding design documents during the estimated 14-month construction period. Construction Manager will issue interpretation and clarifications of the Contract Documents along with associated support materials as requested by the Contractor. Those interpretations will be rendered and a response prepared and submitted to the Contractor within a targeted time frame of 5 working days. This subtask also includes the necessary day-to-day communications with Contractor and City for coordination of the construction activities for the 14-month construction timeframe. For the purposes of this proposal, it is assumed that up to 28 RFIs will be submitted. These do not include clarifications resolved as part of scheduled meetings documented within the minutes. Task 6.5 Certification of Construction Completion: Construction Manager will notify the City and Contractor in writing once the Project is deemed to meet Contract Completion milestones. Consultant's Engineer of Record will certify based on visible project features inspections, and review of testing reports that the project was constructed in General Conformance with the Plans & Specifications, and all Permit Conditions. The Consultant will also assist with permit and grant close out. Task 6.6 Substantial and Final Inspections: In conjunction with City staff, Construction Manager will make preliminary and final inspections and assist in the preparation of a Project Completion "punch list" to achieve Final Completion. Construction Manager will review the completion of identified punch list items to assist in the determination that Final Completion has been achieved by the Contractor. Construction Manager will advise the City and provide formal notice to the Contractor once Final Acceptance of the project has been reached in accordance with the Contract Documents. This task also includes start up of the stormwater pump station. Task 6.7 Resident Project Representative Phase: Consultant will provide One (1) Part Time Inspector during construction of the work for the construction contract. The Inspector will be part-time for a 12-month period of actual construction (assumes 2- months of the 14-month construction duration no inspections required and primary focus during underground construction timeframe, less so during paving operations) for a total of 780 hours. During the actual construction it is estimated that the RPR will 7/9/2025 9 Baxter&Woodman,Inc. provide an average of 15 hour per week. Additional hours on average will be provided during construction of the stormwater pump station. Activities performed by Consultant under this task consist of furnishing a Part Time Inspector during the construction of the project, to observe the quality of the construction work, and to determine, in general,if the construction is proceeding in accordance with the Contract Documents. The City will provide to Consultant relevant field inspection reports, test results and other information prepared by the City's field inspector which provides a recordation of the Contractor's work and schedule. Task 7 - Public Outreach Coordination Task 7.1 Public Outreach Meetings: Consultant will coordinate with the City for public outreach meetings. Consultant will develop relevant presentation materials (i.e. Powerpoint, handouts, refreshments, etc.) and present at up to three (3) public outreach meetings to update the public on the status of the Chapel Hill project. The meetings included under this task are as requested by the City but are anticipated to be one meeting during preliminary design, one approximately at 90% design and the last as a preconstruction meeting in conjunction with the contractor. Consultant will also be responsible for looking, organizing and reserving a location to held the public meeting. For the preconstruction public meeting, the Contractor will provide a traffic control plan and schedule to Consultant to include in presentation. Task 7.2 Resident Concern Log: Construction Manager will coordinate with the City's site inspector for a Resident's Concern Log. This log will be utilized to administer items for the Contractor to address and track the status of resolution on all items.The log will be discussed and updates provided by the Consultant's Construction Services Team at each construction progress meeting for the duration of the project. Task 7.3 Website Development & Maintenance: Consultant will obtain the web domain for the Chapel Hill project, will develop the content for the project website and populate the site with relevant information including maps, construction schedule, contact information, etc. and maintain the website by providing regular content updates as the project progresses. The domain expenses are on an annual basis for a period of 2 years. Limitations of Authority Limitations of Inspector's Authority. Except upon written instructions from the City: o Consultant Representatives will not exceed limitations on Consultant's authority as set forth in the Contract Documents. o Consultant Inspector will not undertake any of the responsibilities of the 7/9/2025 10 Baxter&Woodman,Inc. Contractor, Subcontractors, or Consultant Construction Manager, or expedite the Work. o Consultant will not issue directions relative to any aspect of the means, methods,techniques, sequences, or procedures of construction unless such is specifically called for in the Contract Documents. o Will observe and oversee but not participate in a specialized field or laboratory tests. ASSUMPTIONS Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work, Consultant will advise City in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with City. 1. City will provide all documents (i.e. AutoCAD, hydraulic and hydrologic models, hydraulic calculations, reports, permits, studies, specifications, surveys, geotechnical report, subsurface utility engineering report, etc.) previously completed by others if available. All available information will be provided to Consultant within five(5)calendar days of Notice to Proceed (NTP). 2. City will provide all City standard details in .dwg format if different from those on the City website. 3. City will provide all City standard technical specifications in .doc format. 4. City will assist Consultant with in-field verification of affected existing City facilities by providing access to infrastructure as necessary. 5. City will be responsible for acquisition of all easements and preparation of the easement agreement if required to perform the construction of the proposed improvements that are not located within existing utility easements or City ROW. Consultant to prepare up to,two (2) sketches and legal descriptions when needed for any new easement required. 6. The Consultant will coordinate and arrange the public outreach meetings including providing the location. Consultant will provide information for the website content, create and distribute mailers and Powerpoint presentations. Consultant to arrange, prepare mailers and send mailers. 7. City is responsible for reimbursement to Consultant for all permit application fees and costs of public notification paid by Consultant. Under permit allowance. 8. Consultant specifically excludes the performance of or review of any water or sewer hydraulic analyses. 9. City is responsible for the review of the Contractor's payment applications and confirmation of quantities associated with Contractor's pay applications. Consultant specifically excludes Contractor's payment application reviews. 10. Consultant assumes that there are no contaminated soils or contaminated groundwater in 7/9/2025 11 Baxter&Woodman,Inc. the project area. A Phase 1 Environmental survey is not anticipated nor included. 11. Consultant bases the design on the federal, state,and local codes and standards in effect at the beginning of the project (issuance of NTP). Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item not currently included in this Scope of Work. 12. Consultant assumes there is no pre-purchase of materials and/or equipment is presumed. Modification to the schedule may be required if this is considered. 13. All communication between the Consultant and the City will be by a City designated contact person, response to submittals will be compiled into one response. 14. Consultant includes a single bid effort. Re-bidding of any aspect of the project is considered Additional Services. 15. Consultant specifically excludes services for addressing a bid protest. 16. Consultant specifically excludes assisting the City in the settlement of construction claims. 17. Consultant assumes a construction duration of 14-months. Construction extending beyond the 12-months from start of construction (NTP issuances to contractor) will be considered for additional services and Consultant fees will be negotiated with the City. 18. CONTRACTOR will be responsible for preparing and signing and sealing record drawings by a Florida Registered/Licensed Land Surveyor or Engineer. Consultant will do periodic and final review of as-builts. 19. CONTRACTOR will be responsible for obtaining dewatering permits. 20. CONTRACTOR will be responsible for preparation and submittal of the NOI and NOT with regards to the NPDES program. 21. CONTRACTOR will be responsible for preparing Maintenance of Traffic (MOT) plans. These MOT plans will be prepared by a person who has completed an FDOT recognized Advanced MOT Training course. MOT developed during the PDR is preliminary in nature and is not considered direction for the CONTRACTOR to follow or to submit for permitting. 22. Grant application research will be completed in 2025. An application schedule will be developed for the 2026 funding cycle. • 7/9/2025 12 Baxter&Woodman,Inc. ADDITIONAL SERVICES Consultant will provide additional engineering services relating to the provision of surveying, geotechnical, paving, sanitary, water, drainage improvements and lighting to the project area that are not covered under this Service Authorization. These additional services may be required due to uncertainties discovered during survey, soils, investigations, field verification of existing facilities and conditions, potential property or easement acquisitions or due to unforeseen omissions in the reports and data provided to the Consultant as prepared by the previous Consultant(s). Services performed under this task will be on as-directed basis in accordance with a written Notice-to-Proceed from the City Manager. The Notice-to-Proceed issued will contain the following information and requirements: • A detailed description of the work to be undertaken. • A budget establishing the amount of the fee to be paid in accordance with the Agreement. • A time established for completion of the work. TIME OF PERFORMANCE Refer to the next page for the estimated deliverable and project schedule. 7/9/2025 13 Baxter&Woodman,Inc. Cumulative Days Days Date Authorization to Proceed Tue 9/23/2025 PROJECT COORDINATION AND DATA COLLECTION Kickoff Meeting&Site Visit 7 7 Tue 9/30/2025 Data Collection&Review(Survey,Geotech,Utility Designation) 56 63 Tue 11/25/2025 Preliminary Design Preliminary Design Report 35 98 Tue 12/30/2025 Preliminary Plans 21 119 Tue 1/20/2026 Preliminary Opinion of Probable Cost 1 120 Wed 1/21/2026 Complete Internal QAQC 6 126 Tue 1/27/2026 Submit Preliminary Design Report 1 127 Wed 1/28/2026 Preliminary Design Report Meeting 7 134 Wed 2/4/2026 Final Preliminary Design Report 8 142 Thu 2/12/2026 Submit Preliminary Design Report 1 143 Fri 2/13/2026 DESIGN AND PLAN DEVELOPMENT Design Prepare Progress Plans and Test Holes 63 206 Fri 4/17/2026 Prepare Progress Technical Specifications 7 213 Fri 4/24/2026 Prepare Progress Engineer's Opinion of Probable Cost 2 215 Sun 4/26/2026 Prepare Grant Application for Commission 30 245 Tue 5/26/2026 Complete Internal QAQC 8 253 Wed 6/3/2026 Submit Progress Plans Design Documents 1 254 Thu 6/4/2026 Progress Design Meeting 14 268 Thu 6/18/2026 Project Manual&Bidding Documents Prepare Final Plans 49 317 Thu 8/6/2026 Prepare Final Technical Specifications 4 321 Mon 8/10/2026 Prepare Final Contract Documents 7 328 Mon 8/17/2026 Prepare Final Engineer's Opinion of Probable Cost 2 330 Wed 8/19/2026 Complete Internal QAQC 7 337 Wed 8/26/2026 Submit Commission Approved Grant Application 14 351 Wed 9/9/2026 Submit Final Design Documents to CITY and Permitting Agencies 1 352 Thu 9/10/2026 Final Design Meeting 14 366 Thu 9/24/2026 Prepare Bid Plans 35 401 Thu 10/29/2026 Prepare Bid Technical Specifications 4 405 Mon 11/2/2026 Prepare Bid Contract Documents 6 411 Sun 11/8/2026 Prepare Bid Engineer's Opinion of Probable Cost 1 412 Mon 11/9/2026 Complete internal QAQC 2 414 Wed 11/11/2026 Submit Final Bid Design Documents to CITY and Complete Permitting 1 415 Thu 11/12/2026 BIDDING Advertise for Bids 31 446 Sun 12/13/2026 Prebid Meeting 7 453 Sun 12/20/2026 Issue Addendum if needed 14 467 Sun 1/3/2027 Bid Opening 9 476 Tue 1/12/2027 Prepare Letter of Recommendation 28 504 Tue 2/9/2027 Prepare Conformed Contract Documents 21 525 Tue 3/2/2027 CITY Awards the Construction Contract 7 532 Tue 3/9/2027 Public Outreach Coordination During Construction Limited Construction Services 425.8 958 Sun 5/7/2028 CONSULTANT will observe the completion times indicated;however,should there be delays that are the result of actions or inaction by others,the completion dates will be adjusted as mutually agreed between CONSULTANT and CITY. CONSULTANT will commence work only upon receipt of this executed Contract and written notice to proceed. 7/9/2025 14 Baxter&Woodman,Inc. COMPENSATION The Detailed Fee Schedule including the analysis of the tasks, man-hours, and associated fee for services is provided as Exhibit B and summarized in the Fee Table below. Payment basis will be Lump Sum. The services provided under Task 1 through 7 will be performed as Lump Sum,items such as Permitting Fee Allowance and Owner's Control Allowance will be used only with City's written authorization. Reimbursable Expenses will be at cost and backup information will be provided. Fee Table Task Engineering Services Estimated Fee ($) 1 Project Coordination and Preliminary Design (1) $448,325 2 Preliminary Design Report $77,688 3 Final Design and Plan Development $483,547 4 Permitting $57,778 5 Bidding Assistance $13,624 6 Limited Construction Services (2) $293,893 7 Public Outreach Coordination $48,472 Permitting Allowance/Website Domain $7,500 Owner's Control Allowance $50,000 Reimbursable Expenses(3) $10,500 FEE TOTAL $1,490,827 Notes: (1)Sub-consultant fees will be invoiced with a 10%markup (2)Task 6.7-Resident Project Representative will be billed as hourly, not-to-exceed as time is used during construction. (3)Out-of-Pocket Expenses include the following:printing/reproduction, mileage, rental, and postage. 7/9/2025 15 Baxter&Woodman,Inc. EXHIBIT B CONSULTANT'S PROPOSAL RFQ NO 25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-21 25-018Q - Chapel Hill Drainage Improvement Project Opening Date: February 14, 2025 1:15 PM Closing Date: March 20, 2025 1:00 PM Vendor Details Company Name: Baxter&Woodman, Inc. 1601 Forum Place Address: Suite 400 West Palm Beach, FL 33401 Contact: Rebecca Travis Email: rtravis@baxterwoodman.com Phone: 561-655-6175 7715 HST#: 36-2845242 Submission Details Created On: Wednesday February 19,2025 08:13:10 Submitted On: Thursday March 20,2025 12:54:42 Submitted By: Joanna MacCallum Email: marketing@baxterwoodman.com Transaction#: 5ef36a66-228e-46ab-9ca8-3c603dbd0e6a Submitter's IP Address: 147.243.245.229 Bid Number: 25-018Q Vendor Name: Baxter&Woodman, Inc. CERTIFICATION We(I),the undersigned, hereby agree to furnish the item(s)/service(s)described in the Request for Qualifications.We(I)certify that we(I)have read the entire document, including the Specifications,Additional Requirements,Supplemental Attachments, Instructions to Offerors,Terms and Conditions,and any addenda issued.We agree to comply with all of the requirements of the entire Request for Qualifications. Option dropdown is only available for line item number 10. Lina hem Description Response° Options 1 Company Name Baxter& Woodman, Inc. 2 Address 1601 Forum Place Suite 400, West Palm Beach, FL 33401 3 Telephone 561-655-6175 4 City West Palm Beach 5 State FL 6 Zip Code 33401 7 Contractor's License Number N/A 8 Federal Tax ID Number 36-2845242 9 Email address for above signer marketing@baxterwoodman.com 10 Indicate which type of Corporation Corporation organization from the list in the • Options Column Confirmation of Minority Owned Business A requested form to be made a part of our files for future use and information.Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form to make it an official part of with your RFQ responses Description Response• Comments Is your company a Minority Owned business? No No • Please select the appropriate response Not Applicable _ N/A • Do you possess a certification qualifying your business as a Minority Owned No No business? Issuing organization name Input response in comments box to the right N/A • Date of Issuance Input response in comments box to the right N/A • Local Business Status Certification I am an authorized representative of the business and,on behalf of the Business,request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program.Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. By checking the box that you are not submitting for"Local Business Status Certification"you declare that you are not a local business in the City of Boynton Beach. P We will not be submitting for Local Business Status Certification Is the business located within the Does the business have a Is the business registered City limits of business tax receipt issued with the Florida Division of Number of years in business• Business license number• Boynton Beach, In the current year?` Corporations? Florida?• ✓ Yes r• Yes CYes ✓ No r No r No Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. E-VERIFY As a condition precedent to entering into this Agreement,and in compliance with Section 448.095, Fla.Stat., CONSULTANT and its subcontractors shall register with and use the E-Verify system to verify work authorization status of all employees hired after January 1,2021.CONSULTANT shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien.CONSULTANT shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor,or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor.An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such.Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d),Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one(1)year.CONSULTANT further acknowledges that CONSULTANT is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section.CONSULTANT or subcontractor shall insert in any subcontracts the clauses set forth in this section;requiring the subcontractors to include these clauses in any lower tier subcontracts. CONSULTANT shall be responsible for compliance by any sub-consultant or lower tier subcontractor with the clauses set forth in this section. Line item Description Response 1 I Hereby Acknowledge the E-VERIFY Information Above and Will Abide By r: Yes Everything in this Section. r No SCRUTINIZED COMPANIES DETERMINATION By submission of this qualification package and if selected by the City as the CONSULTANT, execution of this Agreement, in accordance with the requirements of F.S.287.135 and F.S.215.473,CONSULTANT,certifies that CONSULTANT is not participating in a boycott of Israel.CONSULTANT further certifies that CONSULTANT is not on the Scrutinized Companies that Boycott Israel list,not on the Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,nor has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law,the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to the CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT shall have five(5)days from receipt of notice to refute the false certification allegation If such false certification is discovered during the active contract term,CONSULTANT shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONSULTANT does not demonstrate that the City's determination of false certification was made in error,then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes,as amended from time to time. Line Description Response* item 1 I Hereby Acknowledge the Scrutinized Companies - Florida Statute 287 135 and 215.473 Information Above and Will r. Yes Abide by Everything Outlined in this Section. r No VENDOR DRUG FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal/qualification package certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes.This requirement affects all public entities of the State and becomes effective January 1, 1991.The special condition is as follows: IDENTICAL TIE BIDS-Preference may be given to businesses with drug-free workplace programs.Whenever two or more bids that are equal with respect to price,quality,and service are received by the State or by any political subdivision for the procurement of commodities or contractual services,a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program,a business shall: Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 2.Give each employee engaged in providing the commodities or contractual services under bid a copy of the statement specified in subsection(1). 3. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after each conviction. 4. Impose a section on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 5.Make a good-faith effort to continue to maintain a drug-free workplace through the implementation of this section.As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Line Description Response Item 1 I Hereby Acknowledge the Drug Free Information Above and Will Abide by Yes Everything in this Section. Bid Number: 25-018Q Vendor Name: Baxter&Woodman, Inc. OFFERORS QUALIFICATION STATEMENT Line Description Response' Rem 1 How many years has your organization been in business under 79 its present name? 2 If Vendor is operating under Fictitious Name, submit evidence of N/A compliance with Florida Fictitious Name Statute. 3 Under what former name (s) had your business operated? Also Mathews Consulting, Inc. list former address(es) of that business, if any. 477 S. Rosemary Avenue, Suite 330, West Palm Beach, FL 33401 4 Have you ever been disbarred or suspended from doing No business with any governmental entity? If Yes, explain. 5 Are you licensed? R Yes, attach copy of license to submission Yes package. 6 Has your company ever declared bankruptcy? If Yes, explain. No References References—Past Performance Provide at least three(3)reference projects of a similar size,scope,and complexity that have been completed by your firm within the last five(5)years,which demonstrate the experience of the firm and the key members that will be assigned to provide the services as required by this Project. A project"similar in scope"is defined as a project that includes some or all of the following components:design of a new stormwater conveyance system, stormwater pump station,force mains,road restoration,and other related restoration work. A project"similar in size"is defined as a project completed under the Design-Bid-Build method,which was at least$5,000,000 in cost(design and construction). For each reference project,provide the following information: A Client Name/Owner's Representative name,address,phone number,and email address. B. Name and location of the project. Description of the Scope of Work. C. Role your company provided. D. Date project was completed or is anticipated to be completed. E. Saving is achieved through value engineering or other innovative design approaches. F. The total amount of approved Change Orders. G. Present status of the project. H. Total Project Cost. The City is interested in learning about other firms'or government agencies'experiences with your firm; as such,please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information.Selection Committee Members or designee will email or call each reference up to three(3)times. If there is no answer after the third attempt, the City may apply no points for that project experience. New Column Reference 1-In Progess or Completed Reference 2-In Progress or Completed Reference 3-In Progress or Completed Project Project Project Name of Agency: Town of Lake Park, FL City of Pompano Beach, FL Town of Gutf Stream, FL • Agency Contact: Richard Scherle Tammy Good Greg Dunham Agency Address: 535 Park Avenue 1201 NE 5th Avenue 100 Sea Road, Lake Park, FL 33403 Pompano Beach, FL 33060 Gulf Stream, Florida 33483 • Contact Telephone Number 561-908-3874 954-786-5512 561-455-3188 Email Address: rscheriempa@gmail.com Tammy.Good@copbfl corn gdunham@gulf-stream.org Name of Project: Lake Shore Drive Drainage Improvements Kendall Lake Neighborhood Drainage Core Area Water, Storm and Roadway Improvements Improvements Project Address/Location: Lake Shore Drive Kendall Lake Neighborhood Core Area, Gulf Stream Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. Project Description: The Town of Lake Park contracted with The City of Pompano Beach is The Town of Gulf Stream awarded to Baxter & Woodman to provide implementing projects associated with the Baxter & Woodman the Core Area engineering services for the design of Stormwater Master Plan. As part of the Improvement Project to perform the drainage and other related improvements Master Plan, Study Area 7 - Kendall Lake engineering and construction services for on Lake Shore Drive starting from the Neighborhood was identified as an area the Town's infrastructure in accordance to entrance of the Lake Park Marina north which experiences roadway flooding; and the 10-Year Capital Improvement Plan and 3,220 feet to Castlewood Drive. Lake the existing lake does not have a positive to mitigate stormwater issues occurring Shore Drive was prone to frequent outfall connection. The neighborhood is within the Core Area. The Core Area flooding with road elevations ranging from located on either side of NW 3rd Avenue consists of the properties and rights-of-way 2.0 to 3.2 feet, NAVD An innovative between NW 21st Street and NW 16th between Golfview Drive to Sea Road and drainage system was designed that Street. the Intracoastal Waterway and N. Ocean includes pumping stormwater up into a Baxter & Woodman reviewed the Boulevard, approximately 85 acres. Baxter dry detention arealbioswale for water assumptions made in the Stormwater & Woodman prepared the Town's 10-Year quality treatment before discharging to the Master Plan as it relates to the Kendall Capital Improvement Plan in June 2018, Lake Worth Lagoon.The project Lake Neighborhood and developed six (6) which identified the replacement of the addressed flooding issues, king tides and alternative designs and re-ran the aging asbestos cement (AC) water mains Sea Level Rise (SLR) as well as stormwater model utilizing EPA's and rehabilitation of roadways. The water providing a completely new pedestrian Stormwater Management Model (SWMM) main replacement will implement open friendly corridor for the area's residents. computer program. The results and our trench installation and construction by Baxter & Woodman also provided recommendations were provided to the trenchless technology, pre-chlorinated pipe assistance with a Hazard Mitigation Grant City for stormwater improvements to the bursting, to minimize above grade impacts ' application for $3.5M. Kendall Lake Neighborhood in a and reduce water main service outages. In preliminary design report (PDR). addition, Baxter & Woodman prepared an Baxter & Woodman then performed in depth stormwater analysis for the Core detailed design including plans, Area in June 2021 to analyze the causes specifications and cost estimates at 60%, and provide recommendations for 95% and 100% design phases. Public improvements to mitigate the flooding Outreach services were also included events. Roadway grades were raised in Permitting services were provided to low lying areas, redesigned grading of the obtain an Environmental Resource Permit roadway with the addition of stormwater (ERP) and a Surface Water License from structures and upsizing of various existing Broward County as well as a dewatering stormwater piping was included to facilitate permit from the South Florida Water positive discharge of surface waters Management District. The ERP approval Baxter & Woodman implemented the required special analyses to address water recommended improvements by providing quality in the Pompano Canal which has data collection, preliminary design, final been designated as an Impaired Water design, permitting, and bidding services. Body The $12.9M project is currently under Baxter & Woodman's contract includes construction. bidding and construction management services Firm's Role in Project: Survey Review of study data, improvement Design Engineering and Construction Geotechnical recommendations, and discharge options Stormwater Analysis Modeling Re-run of stormwater modeling Data Collection • Preliminary Design Preliminary design report Bidding Services Permitting Topographical survey and geotechnical Bidding analysis Project Start Date: 2018 2018 2021 • Project Completion Date: 2020 2024 Ongoing ` Saving achieved through Value By combining gravity discharge with Previous design concepts included a pump We utilized AutoCAD Civil 3D to perform Engineering or other innovative pumping into the design, the Town saved station and forcemain which were able to the design of regrading of the roadway design approaches: electricity and O&M costs associated with eliminate. utilizing the corridor construction the pump station. application. This allows us to visually interpret elevation deviations between existing and proposed surfaces and design transitions between the two surfaces. This minimizes costs associated with grading issues in the field. Total Amount of Approved 1 2 Change Orders - $84,000 Currently 4 change orders $360,879.10 Change Orders: total to date, $283,717.42 of that total is owner directed change in design to widen roadways. Present Status of the Project: Completed Completed Ongling Total Project Cost: $6 09M $5.1M $12.9M Bid Number: 25-018Q Vendor Name: Baxter&Woodman, Inc. Subcontractors The Bidder shall state all Subcontractor(s)and type of Work proposed to be used for this project. Bidders shall not indicate"TBD"(To Be Determined)or "TBA"(To Be Announced)or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. Sub-consultant The Offeror proposes the following major sub-consultants for the major areas of work for the Project. The Offeror is further notified that all sub-consultants shall be properly licensed,and bondable,and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions. This page may be reproduced for listing additional sub-consultants if required. Owner reserves the right to reject any sub-consultant who has previously failed in the proper performance of an award or failed to deliver on time contracts in a similar nature,or who is not responsible(financial capability, lack of resources,etc)to perform under this award.Owner reserves the right to inspect all facilities of any sub-consultant in order to make a determination as to the foregoing. r By clicking here I confirm that there are no Subcontractor(s)/Subconsultant(s)and the Bidder shall perform the project with their "OWN FORCES". Name * Address " Scope of work" license No* Contract Amount* Percentage(%)of Contract` Ritzel-Mason, Inc. 5330 Van Buren Road Survey/SUE 043708208 TBD 12% Delray Beach, FL 33484 Smith Engineering 2161 Palm Beach Lakes Blvd., Electrical Engineering Services 079572215 TBD 8% Consultants, Inc. Suite 312 (SEC) West Palm Beach, FL 33409 Pacifica Engineering 601 N. Congress Avenue - Geotechnical Engineering 08-111-8298 TBD 8% Services, LLC Suite 303 Services Delray Beach, FL 33445 Documents Ensure your submission document(s)conforms to the following: Documents should NOT have a security password,as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective,corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one(1)document for a single item,you should combine the documents into one zipped file. If the zipped file contains more than one(1)document, ensure each document is named,in relation to the submission format item responding to.For example,if responding to the Marketing Plan category save the document as"Marketing Plan." If the attached file(s)cannot be opened or viewed,your Bid Call Document may be rejected. RFQ FORMS The Offeror will submit a response to the solicitation (RFQ)on the proposal submission forms provided. All proposal submissions prices, amounts, and descriptive information must be entered into the e-procurement system bids&tenders. The Offeror must be licensed to do business as an individual, partnership,or corporation in the State of Florida All qualification package forms should be executed and submitted for easy identification. Responses not submitted on proposal submission forms may be rejected. All qualification package submissions are subject to the conditions specified in this solicitation document Submittals that do not comply with these conditions may be rejected. THE FOLLOWING FILLABLE DIGITAL FORMS HAVE BEEN CREATED AND MUST BE SUBMITTED/ACKNOWLEDGED WITH EACH BID: Certification Vendor Drug-Free Workplace Qualification Statement References Scrutinized Companies List Bid Number: 25-018Q Vendor Name: Baxter&Woodman, Inc. E-Verify Compliance Sub-Consultant Form Firm's Primary Ownership FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION I. Document Upload 1:Complete Qualification Package as described in SECTION III—Detailed Qualification Package DETAILED QUALIFICATION PACKAGE Prospective Offerors interested in responding to this solicitation are requested to provide all of the information listed in this section. Submittals that do not respond completely to all of the requirements specified herein may be considered non-responsive and eliminated from the process. Brevity and clarity are encouraged. Each of the TEN(10)sections listed below shall be completed online through the e-procurement system and uploaded into DOCUMENT 1. THE QUALIFICATION PACKAGE IS TO BE COMPLETED ONLINE Letter of Interest The Letter of Interest shall summarize the Offeror's primary qualifications and a firm commitment to provide the proposed services.The Letter of Interest shall be signed by the Offeror or person authorized to bind the Offeror to the submitted RFQ Standard Form 330(Parts I and II)—Firms Qualifications The Standard Form 330 Architect/Engineer Qualifications for previous projects must be included as part of the RFQ response. Firms shall complete both Part I and II of the Standard Form 330 for projects completed within the past ten(10)years so that the City can obtain adequate information for this RFQ. Certified Minority Business Enterprise Please identify if you are a Certified Minority Business Enterprise as defined by the Florida Small and Minority Business Assistance Act. The Prime Consultant will receive 10 points meeting this definition,and any sub-consultants will receive 5 points utilizing the weights described in SECTION IV—EVALUATION OF QUALIFICATION PACKAGE if this requirement is met. Note: Pursuant to the Consultants'Competitive Negotiation Act("CCNA"),a certified minority business enterprise is defined in accordance with the Florida Small and Minority Business Assistance Act.Pursuant to the Florida Small and Minority Business Assistance Act,a certified minority business enterprise is an entity that has been certified by the Florida Department of Management Services,Office of Supplier Diversity("OSD"). If you are a Certified Minority Business Enterprise,please provide proof of your certification by the Florida Department of Management Services,Office of Supplier Diversity("OSD"). Offeror's Qualifications Proof of authorization(SUNBIZ)from the Florida Secretary of State to transact business in the State from prime and supporting firms. Provide a narrative statement demonstrating an understanding of the overall intent of this solicitation,as well as the methods used to complete assigned tasks. Please clearly describe all aspects of the project proposed. Include details of your approach and work plans. Identify any issues or concerns of significance that may be appropriate. Identify any sub-consultants you propose to utilize to supplement your Firm's staff. If the Principal Place of Business is different from the location specified in the Offeror's Qualification Statement, then the Offeror shall specify the office location where each project will be managed and produced. Willingness to meet budget and timeline requirements: Please advise if your firm is willing to meet the following time and budget requirements. a. Budget:The Budget for this project is as follows: i. $800,000-Design Phase ii. $7,500,000-Construction Phase b. Funding Sources: i. $8,200,000—Utilities CIP Fund Please note that during this portion of the process,the City is NOT asking for the firms to submit pricing.After the evaluation committee has Bid Number: 25-0180 Vendor Name: Baxter&Woodman, Inc. selected the firms in order of preference, the City shall negotiate a contract with the most qualified firm for professional services at compensation, which the agency determines is fair, competitive,and reasonable. Should the agency be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair,competitive,and reasonable, negotiations with that firm must be formally terminated.The agency shall then undertake negotiations with the next most qualified firm. Location Please provide the address and the primary location on where work will be performed by your firm for this project. If services will be performed by different offices(such as a joint venture)provide a location for each firm. Financial Information Financial Stability:The Firm shall demonstrate financial stability.Firm shall provide a statement of its financial stability,including information as to current or prior bankruptcy proceedings. Qualification Packages shall include a copy of the most recent annual financial report/annual audit/10K and the most recent 10Q,if appropriate.Financial reports provided shall include,at a minimum,a balance sheet,an income statement,and a statement of cash flows. Financial Statement'The Firm shall include a copy of its latest audited financial statements. If the Firm is a corporation, it shall submit a copy of the corporation's latest audited financial statements. In the event the Firm does not have audited financial statements, it may substitute non-audited financial statements and complete federal tax returns for the last two(2)years. Current and Projected Workload of the Offeror(by office local,if applicable) Provide quantitative data that clearly indicates the ability of the Offeror to devote the necessary time and resources to successfully complete the service and projects promptly. Current and projected workload data shall be provided for each key project member as follows: a. Current project work listing and remaining labor commitments. b. Historically,describe the typical number of projects handled by the Offeror's key project managers at any given time. c. Projected workload of project management activities as defined in the scope of services. d. Identify any sub-consultant firms providing significant services that may be assigned more than five(5%)of the work. References—Past Performance Provide at least three(3)reference projects of a similar size,scope,and complexity that have been completed by your firm within the last five(5)years,which demonstrate the experience of the firm and the key members that will be assigned to provide the services as required by this Project. A project"similar in scope"is defined as a project that includes some or all of the following components:design of a new stormwater conveyance system, stormwater pump station,force mains,road restoration,and other related restoration work. A project"similar in size" is defined as a project completed under the Design-Bid-Build method, which was at least S5,000,000 in cost(design and construction). For each reference project,provide the following information: a. Client Name/Owner's Representative name,address,phone number,and email address. b. Name and location of the project. Description of the Scope of Work. c Role your company provided. d. Date project was completed or is anticipated to be completed. e. Saving is achieved through value engineering or other innovative design approaches. f. The total amount of approved Change Orders. g. Present status of the project. h. Total Project Cost The City is interested in learning about other firms'or government agencies'experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information.Selection Committee Members or designee will email or call each reference up to three(3)times. If there is no answer after the third attempt the City may app y no points for that project experience. Submittal of General Information and Procurement Forms and Documents Procurement forms must be completed,signed,and notarized when required and submitted In addition,all other requests and supporting documentation Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. should be included. See SECTION I—INSTRUCTIONS TO OFFERORS-1.11 RFQ FORMS Document Upload 2:Non-Collusive Affidavit&Acknowledgement Document Upload 3:Scrutinized Companies Affidavit Document Upload 4: Foreign Entity Ownership Affidavit Document Upload 5: Anti-Human Trafficking Affidavit Document Upload 6. Proof of State Certified or County Competency Document Upload 7: Certificate of Insurance—Proof of Requirements Document Upload 8: Internal Revenue Service Form W-9 Document Upload 9: Anti Kick Back Affidavit • Document Upload 1:Complete Qualification Package as described in SECTION III—Detailed Qualification Package-B&W Complete Qualification Package-Chapel Hill.pdf-Thursday March 20,2025 12:09:45 • Document Upload 2:Non-Collusive Affidavit&Acknowledgement-B&W Non Collusion.pdf-Thursday March 20,2025 12:02:16 • Document Upload 3:Scrutinized Companies Affidavit-B&W Scrutinized Companies.pdf-Thursday March 20,2025 12:18:08 • Document Upload 4:Foreign Entity Ownership Affidavit-B&W Foreign Entity.pdf-Thursday March 20,2025 12:18:19 • Document Upload 5:Anti-Human Trafficking Affidavit-B&W Anti Human Trafficking.pdf-Thursday March 20,2025 12:18:32 • Document Upload 6: Proof of State Certified or County Competen y-FL Dept of State 2025.pdf-Wednesday March 12,2025 11:54:47 • Document Upload 7:Certificate of Insurance—Proof of Requirements-Certificate of Insurance 2025-B&W.pdf-Thursday March 20,2025 12:03:58 • Document Upload 8:Internal Revenue Service Form W-9-B&W W-9 Signed.pdf-Thursday March 20,2025 12:04:25 • Document Upload 9:Anti Kick Back Affidavit-B&W Anti Kick Back.pdf-Thursday March 20,2025 12:18:48 • Document Upload 10; Proof of Certified Minority Business_Enterprise-Additional Required Documents.zip-Thursday March 20,2025 12:26:36 Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. Addenda&Declarations SECTION V—STANDARD GENERAL TERMS AND PROVISIONS Unless otherwise agreed to by the City of Boynton Beach("City"),the following Standard Terms and Conditions are applicable to this solicitation and the resulting agreement/contract. The term "vendor,"as used below, may collectively apply to vendors, bidders, Offerors, consultants, contractors, subcontractors,and sub-consultants 1. FAMILIARITY AND COMPLIANCE WITH LAWS,CODES AND REGULATIONS: Before submitting a proposal to this RFQ, Offerors shall comply with all federal, state,and local laws, ordinances,and regulations applicable to the services contemplated herein, including those applicable to conflict of interest and collusion. Offerors must familiarize themselves with all federal, state, and local laws, ordinances, codes, and regulations that may in any way affect the goods/services offered and any other applicable federal requirements now in effect or imposed in the future. Lack of knowledge by the Offeror shall not be a cause for relief from responsibility. 2. NON-COLLUSION Offeror shall not collude,conspire,connive,or agree,directly or indirectly,with any other Offeror,firm,or person to submit a collusive or sham response in connection with the work for which the response has been submitted; or to refrain from responding in connection with such work or have in any manner,directly or indirectly,sought by person to fix the price or prices in the proposal submission form or of any other Offeror,or to fix any overhead profit, or cost elements of the proposal price or the bid price of any other responder,or to secure through any collusion, conspiracy,connivance, or unlawful agreement any advantage against any other Offeror, or any person interested in the proposed work. The Offeror certifies there has been no collusion with any other firm or employees from any other firm who will be submitting a proposal on the same project. 3. LEGAL CONDITIONS Offerors are notified to familiarize themselves with the provisions of the law of the State of Florida relating to the hours of labor on municipal work and with the provisions of the laws of the State of Florida and the Charter and the ordinances of the City of Boynton Beach. 4. CONFLICT OF INTEREST The award is subject to all conflict-of-interest provisions of the City of Boynton Beach,Palm Beach County,of the State of Florida. 5. ADDITIONAL HOURS QUANTITIES The City reserves the right to acquire additional hours or quantities of the requested proposal services at the prices bid/proposal in this solicitation. If additional quantities are not acceptable,the bid sheets must be noted: "PROPOSAL IS FOR SPECIFIED QUANTITY ONLY". 6. DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder,the decision of the City Manager shall be final and binding on both parties. 7. LEGAL REQUIREMENTS: Federal,State,County,and City laws,ordinances,rules,and regulations that in any manner affect the items covered herein apply.Lack of knowledge by the Offeror will in no way be a cause for relief from responsibility. 8. ON PUBLIC ENTITY CRIMES All Request for Proposals, Request for Qualifications, Invitations to Bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes,and any contract document described by Section 287.058,Florida Statutes, shall contain a statement informing persons of the provisions of paragraph(2)(a)of Section 287.133, Florida Statutes,which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract or provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor,vendor,or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list" 9. FEDERAL AND STATE TAX: The City of Boynton Beach is exempt from Federal and state taxes. 10. PURCHASE ORDER REQUIRED: The City will not accept any goods delivered or services performed unless a duly authorized purchase order has been issued for said goods and/or services.The purchase order number must appear on all invoices,packing slips,and all correspondence concerning the order. 11 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. The Offeror certifies that all material,equipment,etc.,contained in this bid meets all O.S.H.A. requirements.Offeror further certifies that if awarded as the Consultant,and the material equipment,etc.delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on the date of delivery,all costs necessary to bring the materials,equipment,etc.,into compliance with the aforementioned requirements shall be borne by the Offeror. Offeror certifies that all employees, subcontractors,agents,etc.shall comply with all O.S.H.A.and State safety regulations and requirements. 12. PALM BEACH COUNTY INSPECTOR GENERAL: The Offeror and, if awarded Consultant,is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any agreement/contracts resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Consultant and its sub-consultant and lower-tier sub-consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law,the failure of the Consultant or its sub- consultants or lower-tier sub-consultants to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this agreement/contract justifying its termination. 13. OTHER AGENCIES All Consultant(s)awarded contracts resulting from this RFQ and from this submitted proposal may,upon mutual agreement, permit any municipality or other governmental agency to participate in the contract under the same prices,terms,and conditions if agreed to by both parties. It is understood that at no time will any city,county,municipality,or other agency be obligated to place an order for any other city,county,municipality,or agency, nor will any city,county municipality,or agency be obligated for any bills incurred by any other city,county,municipality,or agency. Further,it is understood that each agency will issue its own purchase order or contract to the awarded Offeror(s). 14. VENUE AND GOVERNING LAW: Any and all legal actions arising from or necessary to enforce this solicitation and resulting agreement/contract will be held in Palm Beach County and shall be interpreted according to the laws of Florida. 15. NON-DISCRIMINATION&EQUAL OPPORTUNITY EMPLOYMENT The City is committed to assuring equal opportunity in awarding orders/contracts and complies with all laws prohibiting discrimination. During the performance of the Contract,the Consultant and its sub-consultants shall not discriminate against any employee or applicant for employment because of race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation,familial status, sexual orientation,gender identity,expression,or disability if qualified. The Consultant will take affirmative action to ensure that employees and those of its sub-consultants are treated during employment,without regard to their race,color,sex, including pregnancy, religion, age, national origin, ancestry,marital status, political affiliation,familial status, sexual orientation, gender identity,expression,or disability if qualified. Such actions must include, but not be limited to,the following: employment, promotion;demotion or transfer; recruitment or recruitment advertising, layoff or termination;rates of pay or other forms of compensation;and selection for training,including apprenticeship. The Consultant and its sub-consultants shall agree to post in conspicuous places,available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that they will ensure that all sub-consultants, if any,will be made aware of and will comply with this nondiscrimination clause. The Consultant understands and agrees that a material violation of this section shall be considered a material breach of this solicitation and the resulting agreement/contract and may result in termination of the agreement/contract,disqualification, or debarment of the company from participating in City contracts,or other sanctions. 16. INDEPENDENT CONSULTANT RELATIONSHIP: The Offeror and, if awarded Consultant, is,and shall be, in the performance of all work,services,and activities under this solicitation and the resulting agreement/contract,an independent Consultant and not an employee,agent,or servant of the City.All persons engaged in any of the work or services performed pursuant to the agreement/contract shall,at all times and in all places, be subject to the Consultant's sole direction,supervision,and control. The Consultant shall exercise control over the means and manner in which it and its employees perform the work,and in all respects,the Consultant's relationship,and the relationship of its employees,to the City shall be that of an independent Consultant and not as employees or agents of the City. 17. OMISSION OF DETAILS Omission of any essential details from the terms or specifications contained herein will not relieve the responding Firm of supplying such product(s)or service as specified. 18. LOBBYING-CONE OF SILENCE: Consistent with the requirements of Chapter 2,Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence.A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal,bid,or other response and shall remain in effect until City Commission awards or approves a contract rejects all bids or responses or otherwise takes action that ends the solicitation process.While the cone of silence is in effect, no Offeror or its agent shall directly or indirectly communicate with any member of City Commission or their staff,the Manager,any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a Bid Number: 25-0180 Vendor Name: Baxter& Woodman, Inc. particular contract or member of the Selection Committee in reference to the solicitation,with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.)Failure to abide by this provision may serve as grounds for disqualification for the award of contract to the Offeror Further,any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences,oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission,and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee,any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation.Additionally,the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual 19. LEGAL EXPENSES: The City shall not be liable to a Offeror for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of the agreement/contract or from any other matter generated by or relating to the agreement/contract. 20. NO THIRD-PARTY BENEFICIARIES: No provision of this RFQ or agreement/contract to follow with Consultant is intended to,or shall be construed to,create any third-party beneficiary or to provide any rights to any person or entity not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Offeror. 21. DIRECT OWNER PURCHASES: The City reserves the right to issue purchase orders for materials to either the Contractor/Consultant/Vendor or the City's suppliers for contracts/construction/public works-related materials when deemed in the City's best interest. 22. SCRUTINIZED COMPANIES: By submission of a proposal for this solicitation,CONSULTANT,its principals or owners,certify that they are not listed on the Scrutinized Companies that Boycott Israel List,Scrutinized Companies with Activities in Sudan List,Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List,or is engaged in business operations with Syria. In accordance with Section 287.135, Florida Statutes,as amended,a company is ineligible to,and may not, bid on,submit a bid for,or enter into or renew a contract with any agency or local governmental entity for goods or services of: Any amount of,at the time bidding on,submitting a bid for,or entering into or renewing such Contract,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725, Florida Statutes,or is engaged in a boycott of Israel;or One million dollars or more if,at the time of bidding on,submitting a bid for,or entering into or renewing such Contract,the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, created pursuant to Section 215.473, Florida Statutes,or is engaged in business operations in Syria. 23. DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not:obtain an agreement/contract to provide goods or services to a public entity;construct or repair of a public building or public work;lease real property to a public entity;award or perform work as a vendor,supplier,or vendor under agreement/contract with any public entity; nor transact business with any public entity.The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services,Office of Supplier Diversity at(850)487-0915. 24. NON-EXCLUSIVE As may be applicable,the City reserves the right to acquire some or all of these goods and services through a State of Florida agreement/contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida agreement/contract offers a lower price for the same goods and services.This reservation applies both to the initial award of this solicitation and to acquisition after an agreement/contract may be awarded. Additionally, the City reserves the right to award other agreement/contracts for goods and services falling within the scope of this solicitation and resultant agreement/contract when the specifications differ from this solicitation or resultant agreement/contract,or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant agreement/contract. 25. BUSINESS INFORMATION If a proposing firm is a Joint Venture for the goods/services described herein, the Offeror shall, upon request of the City, provide a copy of the Joint Venture Agreement signed by all parties. 26. AGREEMENT/CONTRACT Offeror agrees that by submitting a proposal that is accepted by the City of Boynton Beach,a binding agreement/contract is formed in accordance with the City's terms,conditions,and specifications as set forth in the purchase order unless otherwise agreed by the City and the Offeror. The Offeror certifies that the proposal has been made by an officer or employee having the authority to bind the Offeror. 27. ENDORSEMENTS No endorsements by the City of the goods and/or services will be used by the Offeror in any way,manner,or form. 28. DRUG-FREE WORKPLACE Bid Number: 25-018Q Vendor Name: Baxter&Woodman, Inc. The Consultant shall implement and maintain a drug-free workplace program of at least the following items: A. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace,the Offeror's policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the services that are under agreement/contract a copy of the statement specified in Item A above. D. In the statement specified in Item A above,notify the employees that,as a condition of providing the services that are under agreement/contract,the employee will abide by the terms of the statement and will notify the Offeror of any conviction of,or plea of guilty or nob contendere to,any violation of Chapter 893, Florida Statutes,or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)calendar days after such conviction or plea. E. Impose a sanction on or require satisfactory participation in a drug abuse assistance or rehabilitation program,if such is available in the employee's community,for any employee who is so convicted or so pleads. F. Make a good faith effort to continue to maintain a drug-free workplace through the implementation of Section 287.087, Florida Statutes 29. PROHIBITED TELECOMMUNICATIONS EQUIPMENT Offeror represents and certifies that Offeror and all Sub-consultants do not use any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system or as critical technology as part of any system,as such terms are used in 48 CFR§§52.204-24 through 52.204-26. Offeror represents and certifies that Offeror and all Sub-consultants shall not provide or use such covered telecommunications equipment,system,or services during the Term. 30. PROHIBITION AGAINST CONSIDERING SOCIAL,POLITICAL,OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Offerors are hereby notified of the provisions of section 287.05701, Florida Statutes,as amended,that the City will not request documentation of or consider a Offeror's social, political,or ideological interests when determining if the Offeror is a responsible Consultant. Offerors are further notified that the City's governing body may not give preference to a Offeror based on the Offeror's social,political,or ideological interests. 31. RIGHTS IN DATA Except if otherwise agreed to in writing, the City shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information,materials,and documents discovered or produced by Offeror pursuant to the terms of this solicitation, including but not limited to reports,memoranda or letters concerning the research and reporting tasks required. 32. DOCUMENTATION OF COSTS All costs submitted shall be supported by properly executed payrolls,time records, invoices,vouchers,or other official documentation evidencing in proper detail the nature and propriety of the charges. All checks, payrolls, invoices, contracts,vouchers, orders, or other accounting documents pertaining in whole or in part to the resulting contract/agreement shall be clearly identified and regularly accessible and provided to the City upon request. 33. PUBLIC RECORDS Sealed documents received by the City in response to a Request for Proposals, Request for Qualifications,or Invitation to Bid are exempt from public records disclosure until thirty(30)calendar days after the opening of the RFQ, RFP, or BID unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The Consultant agrees that copies of any and all property,work product, documentation, reports,computer systems and software,schedules,graphs, outlines, books, manuals, logs,files,deliverables, photographs,videos,tape recordings, or data relating to the agreement/contract which have been created as a part of the vendor's services or authorized by the City as a reimbursable expense,whether generated directly by the Consultant,or by or in conjunction or consultation with any other party whether or not a party to the agreement/contract,whether or not in privity of contract with the City or the Consultant,and wherever located shall be the property of the City Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S.All submitted information that the responding Offeror believes to be confidential and exempt from disclosure(i.e.,a trade secret or as provided for in Section 119.07 and Section 812.081, F.S.)must be specifically identified as such. Upon receipt of a public records request for such information,a determination will be made as to whether the identified information is,in fact,confidential. The City is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically,the Consultant shall: Keep and maintain public records required by the City to perform the service. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Fla Stat.or as otherwise provided by law. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and,following completion of the contract,Consultant shall destroy all copies of such confidential and exempt records remaining in its possession once the Consultant transfers the records in its possession to the City;and Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. Upon completion of the contract,Consultant shall transfer to the City,at no cost to the City, all public records in Consultant's possession.All records stored electronically by Consultant must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City Failure of the Consultant to comply with the requirements of this Section,and other applicable requirements of state or federal law, shall be a material breach of the resulting agreement/contract.The City shall have the right to exercise all remedies available to it for breach of agreement/contract, including but not limited to,the right to terminate for cause. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 EAST OCEAN AVENUE BOYNTON BEACH,FLORIDA,33435 561-742-6060 CityClgrk@bbfl.us P I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Rebecca Travis,Executive Vice President,Baxter& Woodman,Inc. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid.Do you have a conflict of interest? r Yes r. No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column"I have reviewed this addendum"below to acknowledge each of the addenda. I have reviewed the FIN Nam below addendum and Pages attachments(if 9 applicable) Addendum No.4-RFQ No.25-018Q Chapel Hill Drainage Improvement Project 1 Fri March 14 2025 12:04 PM Addendum No.3-RFQ No.25-018Q Chapel Hill Drainage Improvement Project p 2 Thu March 13 2025 09:34 PM Addendum No.2-RFQ No.25-018Q Chapel Hill Drainage Improvement Project 2 Mon February 24 2025 02:09 PM Addendum No.1-RFQ No.25-018Q Chapel Hill Drainage Improvement Project P 1 Thu February 20 2025 11:45 AM Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. Bid Number: 25-018Q Vendor Name: Baxter& Woodman, Inc. --'•--CITY OFA--- BOYNTON BEACH Proposal for CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT RFQ NO.25-018Q 71 rt 0.0X43 .1 .. • ` ,•1 - I , ^ 1 ,S. J.( t le Via. ka ~'� ~ :u `1 ei AP WILL - .„L . . , e.- i .,:::00,,.,,,,:I:,,,, .4 Is:..._ , 'J+ ` t `r •ami. 1 ,, • I yY . ..,1f •r V ' , 1 ihr' -.'''''r- -'''',1•06. ' , , Sir ....ria),,,.`" / .ihilot1P41- . ... • ''La• . . MiF ., r, i .,; ' jiI ., fig ,_. F ' * �10;1 .y. i ,0� r b tIti � ,: s r,' I) it t,‘,‘.. Submitted by: -,`4.•„ , .:,• ,� �. a f. ,�,•„...-!..,-...1., ::‘• . BAXTER WOODMAN .�.411A #- � •, ;� /641► ;',, •` ± .,,,t,,,N. . . .., _ !_` +,sem...,ip, •,i' , , ,7.. A , 4r �. f� ' .rte,,,. --`3-. ^I ,li '-i �. ��, ". ~ �.• ,4� --, �. March 20, 2025 r .N.• City of Boynton Beach RFQ No. 25-018Q Chapel Hill Drainage Improvement Project I 2500389 Contents A. Letter of Interest 3 B.Standard Form 330 (Parts I and II) - Firm Qualifications 7 C. Certified Minority Business Enterprise 46 D. Offeror's Qualifications 50 E.Willingness to meet budget&timeline requirements 74 F. Location 74 G. Financial Information 76 H.Current& Projected Workload of the Offeror 83 I. References- Past Performance 89 J.Submittal of General Info& Procurement Forms& Documents 97 Exceptions& Inconsistencies 134 N R 0 . O p 50 DESIGN FIRMS 291 Contents•2 A. Letter of Interest BAXTENSZIOODMAN Consulting Engineers 1601 Forum Place, Suite 400,West Palm Beach, Florida 33401 • 561.655.6175 • baxterwoodman.com March 20,2025 City of Boynton Beach 100 E.Ocean Avenue Boynton Beach, FL 33435 Attn: Ms.Theresa Gonzalez Subject: City of Boynton Beach - Statement of Qualifications for Chapel Hill Drainage Improvement Project Dear Ms. Gonzalez: The City of Boynton Beach is seeking a qualified consulting engineering team to design and manage the Chapel Hill Drainage Improvement Project, aimed at addressing chronic flooding issues and improving the level of service (LOS) in the neighborhood. Baxter& Woodman, Inc. is uniquely qualified and prepared to deliver these services. Our team brings decades of experience designing complex stormwater management systems, stormwater pump stations, conveyance networks, and neighborhood restoration projects throughout South Florida.Since 2014,we have proudly served Boynton Beach—initially as Mathews Consulting,Inc.,and continuing as Baxter&Woodman after our merger in 2016—building a solid partnership rooted in responsive service and local expertise. The Chapel Hill area, like other neighborhoods in Boynton Beach, was significantly impacted by historic rainfall events in late 2020. As part of this project, the City has made it a priority to improve stormwater conveyance and flood protection. Baxter & Woodman has successfully completed a similar drainage improvement project for the City with Lakeside Gardens.This project involved stormwater infrastructure, roadway and swale restoration, permitting through various agencies for discharge to the Intracoastal Waterway (ICW), grant assistance and neighborhood public involvement. In addition, Baxter & Woodman replaced the existing 4"and 6"transite/asbestos cement water mains with 8"polyvinyl chloride(PVC)C900 and ductile iron pipe and the City added the replacement of the existing vitrified clay sanitary sewer mains and laterals with PVC pipe, making Lakeside Gardens a complete neighborhood restoration project. We also completed the Sea Pines Pump Station project for nearby Town of Lantana which involved developing an innovative design to correct a poorly performing drainage system. The project involved coordination and permitting cooperation from the South Florida Water Management District (SFWMD), Palm Beach County and the Florida Department of Transportation (FDOT) for approval of a pumped discharge from a retention area, into the County's Hypoluxo Road system and subsequently the FDOT drainage system running alongside and under Interstate 95. This project also arose in response to the same rainfall events that occurred in 2020. A third project that we have completed recently is Lake Shore Drive Drainage Improvements for the Town of Lake Park. This project improved the LOS of the roadway which routinely flooded during high tide events.The improvements included raising the roadway proposed grade line(PGL), designing a stormwater pump station to lift the discharge to a bioswale for water quality treatment prior to discharge to the ICW, public outreach,coordination with adjacent parks and condo associations, permitting City of Boynton Beach BAXTE OODMAN March 20, 2025 Consulting Engineers Page 2 through the United States Army Corps of Engineers, SFWMD and assisting the Town in obtaining a $3.5M Hazard Mitigation Grant.These projects are all fully developed residential neighborhoods with"land locked" systems that required developing an innovative approach to solve an existing drainage problem - much like the Chapel Hill neighborhood. PROVEN EXPERIENCE IN STORMWATER & NEIGHBORHOOD IMPROVEMENT PROJECTS Baxter & Woodman specializes in designing stormwater conveyance systems and pump stations that enhance flood protection and improve the LOS in residential neighborhoods. For the Chapel Hill Drainage Improvement Project,our team will review the current proposal to develop a robust stormwater system that efficiently directs runoff through a new conveyance network to a proposed pump station, with discharge to the E-4 Canal. Baxter&Woodman will also review the pre-versus post-discharges from the neighborhood, analyze possible options for alternatives to most efficiently address water quantity improvements and to provide for water quality treatment. We have reviewed the Preliminary Design Report for this project and have many ideas in our approach that we would like to discuss with the City to make the project more permittable and economically feasible. Our team has extensive experience managing neighborhood improvement projects that require multi-faceted restoration. We understand the importance of restoring impacted infrastructure—roadways, sidewalks, driveways, trenches, and swales—to conditions that meet or exceed City standards. Our work on City of Boynton Beach projects such as Lakeside Gardens, North & South Roads,and Rolling Green demonstrates our ability to successfully coordinate drainage improvements alongside full restoration efforts.We focus on minimizing disruption to residents while enhancing neighborhood functionality and appearance. GRANT ASSISTANCE EXPERIENCE Very importantly, we have experience in the design and construction administration of projects with grant funding requirements. Specifically, Baxter & Woodman provided grant reporting assistance to the City of Lake Worth Beach for their Community Development Block Grant (CDBG)-funded $14M Neighborhood Road Program. For this project we performed Davis-Bacon wage rate interviews, schedule confirmations, cost estimating and expenditure reporting during design and construction as necessary for funding compliance. We also provided grant assistance to the Town of Lantana during design and construction of various projects which received Housing and Urban Development(HUD),CDBG funding,American Rescue Plan (ARPA) funding, State Revolving Funds (SRF) and Florida Department of Environmental Protection (FDEP) Resilient Florida Grant Program funding. We will assist the City in successfully navigating and completing the various grant application and reporting processes. We believe that the Hazard Mitigation Grant(HMG) Program should be targeted as a potential funding source for this project. We have had great success helping municipalities obtain these grants. In fact,we recently assisted the City with a modification to their HMG for Lakeside Gardens to receive additional funds. B A X T E O O D M A N City of Boynton Beach March 20, 2025 Consulting Engineers Page 3 OUR TEAM We have included Ritzel-Mason on our team to provide surveying and underground locating services who are certified as a Small Business (SBE) entity with an office located in Delray Beach. Pacifica Engineering Services is our team member for geotechnical services and is certified Small and Minority Business (SBE/ MBE), with an office located in Delray Beach. For electrical engineering design our team includes Smith Engineering Consultants, a Small Business Entity (SBE) located in West Palm Beach. It is our intent with this contract to provide a local,experienced and diverse team. OUR APPROACH - CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT Our Baxter&Woodman team offers a unique approach to serving the City of Boynton Beach:we will protect your interests, provide high-quality engineering solutions, and save you money. Our strategy is to work as a valued partner with the City in order to accomplish your goals and objectives. Baxter & Woodman's comprehensive design solution for the Chapel Hill neighborhood includes: • Review of the preliminary design report assumptions and recommendations. Identify and consider alternative solutions and confirm that they are feasible and can be permitted. We have already included some ideas in Stormwater Approach. • Hydrologic and Hydraulic (H&H) modeling to evaluate existing conditions, identify that permit conditions will be met and to confirm the effectiveness of the proposed improvements. • Design of a new stormwater pump station and other conveyance systems to efficiently direct runoff to the E-4 Canal and improve the LOS. Our project manager,Jeff Hiscock, has designed 18 stormwater pumping stations in his career ranging from 10 to 300 cfs. • Design of drainage and water quality improvements. We have identified that there is an impaired water downstream that will require improvements for water quality,specifically nutrient reduction.Our approach includes an innovative idea to address this. • Design of other utility improvements that may be needed. Consolidating drainage and utility improvement in one project saves money. • Preparation of complete engineering design packages at the 30%, 60%, 90%, and 100% stages, along with plans,technical specifications, cost estimates,and bid documents. • Permitting support to navigate regulatory requirements with agencies such as SFWMD, Lake Worth Drainage District(LWDD) and FDOT. • Grant services, including identifying opportunities, preparing applications, completing benefit-cost analyses,managing grants,and providing required reporting information during the course of the grant agreement(s). • Public outreach and communication management, maintaining consistent engagement with residents and stakeholders and addressing concerns throughout design and construction. • Construction administration and inspection services, including responding to requests for information (RFI), reviewing shop drawings, conducting progress meetings, providing Engineer of Record (EOR) certifications at project completion and grant reporting (including providing Davis- Bacon wage rate interviews). City of Boynton Beach BAXTE OODMAN March 20, 2025 Page 4 A TRUSTED PARTNER FOR CHAPEL HILL & THE COMMUNITY Baxter & Woodman's history of success in delivering stormwater solutions and neighborhood restoration projects makes us the right partner for the Chapel Hill Drainage Improvement Project. We are committed to helping the City of Boynton Beach enhance flood protection, strengthen infrastructure resiliency, and deliver lasting improvements for the Chapel Hill neighborhood. As a member of the Board of Directors and Executive Vice President,I am authorized to make representations for the firm and to commit our firm's resources to a successful completion of this project. We appreciate the opportunity to present our qualifications and look forward to a continued working relationship with the City. Please contact me at 561-425-7715 or email rtravis@baxterwoodman.com if additional information is needed during the evaluation and selection process. Sincerely, BAXTER&WOODMAN, INC. CONSULTING ENGINEERS Rebecca Travis, PE, ENV SP Executive Vice President/Florida Division Manager B. Standard Form 330 (Parts I and II) - Firm Qualifications ARCHITECT - ENGINEER QUALIFICATIONS BAXTERS /OODMAN PART I - CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1 TITLE AND LOCATION(CITY AND STATE) Baxter&Woodman,Inc. 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER January 30,2025 RFQ No.25-018Q B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Rebecca Travis,PE,ENV SP 5.NAME OF FIRM Baxter&Woodman.Inc. 6 TELEPHONE NUMBER 7 FAX NUMBER 8 EMAIL ADDRESS (561)-425-7715 N/A rtravis@baxterwoodman.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors) oO 11. ROLE IN THIS gF vl < 9. FIRM NAME 10. ADDRESS aa D CONTRACT Baxter& Woodman,Inc. 1601 Forum Place,Suite 400 Project Management,Stormwater West Palm Beach,FL 33401 Engineering,Drainage Support, a. VUtilities Support,Construction 0CHECK IF BRANCH OFFICE Management,Grant Funding Administration& Reporting Ritzel-Mason,Inc. b. 5330 Van Buren Road Delray Beach, FL 33484 Survey/SUE CHECK IF BRANCH OFFICE Smith Engineering Consultants, Inc. 2161 Palm Beach Lakes Blvd.,Suite 312 Electrical Engineering Services c ✓ (SEC) West Palm Beach,FL 33409 IICHECK IF BRANCH OFFICE Pacifica Engineering Services,LLC 601 N.Congress Avenue- Suite 303 Geotechnical Engineering I e. Delray Beach,FL 33445 Services IJJCHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM (71 (Attached) BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 7 The success of the City of Boynton Beach's project relies on strong collaboration with City staff and effectively meeting project goals. Our commitment to delivering practical, innovative, and value-driven solutions has led to successful projects with the City. Our organizational structure promotes open and continuous communication between the City and our project team,allowing for a seamless workflow. Baxter&Woodman has assembled a skilled and experienced team to manage all aspects of this project efficiently. Resumes for key personnel are presented among the following pages. x?Y OA, • *Key Personnel -27 SBE-Small Business Enterprise O L.'• MBE-Minority Business Enterprise P tiTOrl Project Director Rebecca Travis,PE,ENV SP* Project Manager Jeff Hiscock, PE* QA/QC Ipek Aktuglu, PE,ENV SP* STORMWATER UTILITIES SUPPORT SERVICES Senior Engineer Utilities Project Manager Construction Advisor David Cowan,PE,ENV SP* Sira"Jockey"Prinyavivatkul,PE* Richard"Rick"Chipman,CGC* Project Engineers Project Engineers Construction Manager Megan Berg,PE* Arthur"Jake"Hurley,PE* Eric Rush, PP Thu Nguyen,El* Emily Altman,El* Inspectors Lead Modeler Brad Stoecker* Zach Schuster,PE,PhD,CFM* Anthony Monroe* GRANT ASSISTANCE& Donovan Verge Permitting COMPLIANCE Megan Berg,PE* Public Outreach Officer Brad Stoecker* Alexis Shotton, PE* SUBCONSULTANTS Survey&SUE Electrical Geotechnical Smith Engineering Consultants, Pacifica Engineering Solutions,LLC Ritzel-Mason,Inc. I SBE Inc Dennis Ritzel, PSM* Larry Smith, PE* Wesley Foster,PE,SI,MBA* Clyde Mason II, PSM* Reinaldo Villa, PE Marc Restrepo, El,LEED B.Standard Form 330(parts I & II)- Firm Qualifications•8 E. RESUMES OF KEY PERSONNEL. PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Rebecca Travis, PE, ENV SP Project Director a.TOTAL b.WITH CURRENT FIRM 41 21 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.,Civil Engineering, Iowa State University Licensed Professional Engineer: Florida,Texas 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations; Training,Awards.etc.) Rebecca has extensive experience in civil engineering design and project management across private residential and commercial land development, as well as municipal stormwater, roadway, and utility projects. Her expertise includes engineering investigations, planning,design development,permitting,management,and overseeing construction for public and private improvement projects. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Shore Drive Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Park,FL 2021 2022 a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm The project included stormwater pumping station, bioswale, reconstructed roadway,ADA-compliant shared pathway,lighting, landscaping, and other related improvements on Lake Shore Drive starting from the entrance of the Lake Park Marina north 3,220 feet to Castlewood Drive.Role: Project Director/Design Engineer I Construction Cost:$6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Nottingham Boulevard Roadway and Utility Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Palm Beach, FL 2017 2021 b (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0Check if project performed with current firm This project included engineering design,permitting,and bidding services for roadway and utility improvements on Nottingham Boulevard and Miller Avenue,including Phipps Park.Spanning Nottingham Boulevard from Miller Avenue to South Dixie Highway and Miller Avenue from Ogston Street to Southern Boulevard, the project encompassed potable water main, sanitary sewer, stormwater,sidewalk,and roadway improvements. Role: Project Manager j Cost:$2.4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Esquire Lake Storm Water Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pompano Beach, FL 2020 2023 c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE m Check if project performed with current firm This project included design,permitting,and bidding for stormwater improvements in the Esquire Lake Neighborhood to address flooding and standing water after rainfall.The scope involved drainage structures, piping, and outfall improvements. Permits obtained included the Broward County Environmental Resource Permit,Surface Water Management License,and Traffic Permit. Role: Project Manager j Cost:$2.8M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Osceola Neighborhood&SW 4th Street Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach,FL 2019 2024 d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Services included engineering preliminary design report, final design, public outreach, permitting, bidding, and construction engineering services for roadway and drainage infrastructure improvements along five miles of roads and alleyways within the Osceola Neighborhood. Role: Project Manager I Construction Cost:$13.77M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Western Region Operations Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County, FL 2018 2018 e (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 10 Check if project performed with current firm Project Manager for the site planning,preliminary design,final design,permitting,and bidding services for a new five-mg ground storage tank;administration,operations,and customer service office space;warehouse,storage,and shop facilities;generator building;and personal and fleet parking.The warehouse included approximately 6,600 square feet of storage area;1,470 square feet of shopkeeper area;and a three-bay loading dock.Role: Project Manager I Construction Cost:$13M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 9 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jeff Hiscock, PE Project Manager a TOTAL b.WITH CURRENT FIRM 39 7 15 FIRM NAME AND LOCATION(Ca),and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S., Mechanical Engineering,University of Florida Licensed Professional Engineer: Florida 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Presentations:GIS Tools for Assessing Sea Level Rise Vulnerability-South Florida GIS Expo 2023;Keeping Ahead of Sea Level Rise-A Holistic Approach in Lake Park,Florida- Florida Stormwater Association Annual Conference 2020 • • - 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Core Area Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Gulf Stream, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE G7 Check if project performed with current firm a. Roadway reconstruction and new drainage system to solve storm and king tide flooding. Replacement of all existing asbestos cement water mains, remediation of localized ponding, and replacement of roadway pavement. The existing asbestos cement water mains were replaced with C900 PVC water mains via open cut trench methods and by trenchless technology through prechlorinated pipe bursting. The right-of-ways were restrictive and the use of pre-chlorinated pipe bursting allows the new water main to replace the old water main in situ. Role: Project Engineer I Construction Cost:$13M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Shore Drive Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Park,FL 2021 2022 b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE P.Check if project performed with current firm Improvements included stormwater pumping station, bioswale, reconstructed roadway, ADA-compliant shared-use pathway, lighting,landscaping,and other related improvements on Lake Shore Drive.Innovative design was proposed to combat sea level rise and incorporate water quality with an off-site bioswale/detention system.Role: Project Manager I Construction Cost:$6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kendall Lake Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pompano Beach,FL 2023 2023 c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 0 Check if project performed with current firm Project included design,permitting,and bidding of the proposed stormwater improvements within the Kendall Lake Neighborhood to address roadway flooding.The project included drainage structures, piping, exfiltration trench,and outfall improvements to an Impaired Waterbody.Various permits were obtained for this project as well.Role:Project Manager I Construction Cost:$5.1M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Water,Wastewater,and Stormwater Integrated Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2024 N/A d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check it project performed with current firm Project included preparation of an Integrated Master Plan to inventory,assess,and prepare a Capital Improvement Plan(CIP)for the water distribution system,wastewater collection system,and stormwater system.The CIP includes improvement recommendations with estimated budgetary cost estimates for short-term and long-term planning.Role:Senior Stormwater Engineer (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sea Pines Stormwater Pump Station PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2022 2024 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE VCheck if project performed with current firm The Sea Pines neighborhood experienced severe street flooding after receiving over 22 inches of rainfall in October 2020,prompting the Town to select Baxter& Woodman to design a stormwater pump station with electric submersible pumps and downstream conveyance improvements to provide a three-year LOS for the roadways. Role: Project Managers Construction Cost:$998K BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 10 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ipek Aktuglu,PE,ENV SP QA/QC a TOTAL b.WITH CURRENT FIRM 22 <1 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-Orlando,FL 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S., Civil and Environmental Engineering, George Mason Licensed Professional Engineer:Virginia; Florida Pending University,2004 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Awards:DPWES Champion Award-Leadership-May 2023;DPWES Champion Award-Leadership-December 2021;Leadership Award, DPWES - BDCD - December 2019; Neighborhood and Community Services Partnership Recognition Award - May 2018; Outstanding Performance Award, MWH-February 2016; Distinguished Academic Achievement Award,George Mason University-May 2004 '19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Johnson Slough Culvert Crossing - Bridge Replacement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orange Park,FL 2025 N/A a• (3)BRIEF DESCRIPTION(Brief scope size,cost,efc.)AND SPECIFIC ROLE Ld Check if project performed with current firm QA/QC Design Engineer for the design/build replacement of 4 culvert crossing locations with bridge spans,roadway improvements, utility relocation improvements. Role:QA/QC I Cost$14M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jones Avenue Pond Improvements Study& Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orange County,FL 2025 N/A b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE VCheck if project performed with current firm Project Manager for stormwater modeling and design of roadway impoundment pond, permit application through SJRWMD. Role: Project Manager I Cost:TBD (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monument Drive Parking Garage PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fairfax,VA 2021 2024 c (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE (7 Check if project performed with current firm Managed a 3.5-acre site plan and 8-level parking garage project; reviewed the design plans and provided comments. Completed the entitlement process. Performed and led value engineering study, improved the drainage and stormwater management design. Assisted in the building, site and environmental permitting process. Coordinated with stakeholders and managed the construction. Role:Lead Civil Engineer I Cost:$40M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater Management and BMP Planner, City of Akron CSO Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Akron,OH 2016 N/A d• (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm 1 Akron was developing a program to reduce CSO overflows into the Cuyahoga River using green infrastructure under a consent decree. Ipek provided planning, technical oversight, and guidance on site selection and feasibility, incorporating bioretention basins, green streets,manufactured BMPs,and constructed wetlands within the city's constraints.Role:Lead Civil Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lorton Community Center and Library PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fairfax,VA 2020 2022 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm Managed a 6-acre site plan and 30,000 sf combined facility project; reviewed the design plans and provided comments. Performed and led value engineering study, improved the drainage and stormwater management design. Completed the entitlement process. Assisted site and environmental permitting process. Coordinated with stakeholders. Lead Civil Engineer I Cost:$27.2M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 11 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE David Cowan,PE,ENV SP Senior Engineer a TOTAL b WITH CURRENT FIRM 18 <1 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16.EDUCATION(Degree and Specialization) 17_CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S., Civil Engineering (Water Resources), Florida Atlantic Licensed Professional Engineer: Florida University,2015 State of Florida Mold Assessor 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Envision Sustainability Professional,Institute for Sustainable Infrastructure;Stormwater Management Inspector;OSHA 40-Hazwoper; EPA Asbestos Project Monitor& Inspector 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Palm Park Sea Level Rise Stormwater Pump Station PROFESSIONAL SERVICES CONSTRUCTION(Ifappicable) Lake Worth Beach, FL 2023 2024 a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ❑Check it project performed with current firm The Consultant provided design,permitting,and construction administration services for a duplex stormwater pump station to mitigate king tide and heavy rainfall flooding at the east end of 18th Avenue South.The station discharges to the Lake Worth Lagoon when tidal conditions prevent gravity flow and includes a control panel,RTU system connection,and a redundant operation system.Role:Engineer of Record I Cost:$1.09M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Davis Road Stormwater Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Springs,FL 2023 2025 b. (3)BRIEF DESCRIPTION(Brie/scope size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm The Consultant provided design services to improve drainage along Andros and Davis Roads, including rehabilitating swales and retrofitting outfalls to nearby water bodies. A hydrologic and hydraulic model assessed flood protection improvements and design alternatives,with support during construction.Role:Engineer of Record I Cost:$1.7M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North County Road Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach, FL 2024 N/A(postponed) (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE U Check if project performed with current firm C. The Consultant provided professional consulting services for the design of drainage improvements on North County Road from Wells Road to Miraflores Drive.The focus of the drainage improvements was to eliminate flooding in the corridor and to improve the medians to mitigate the damage caused to the existing turf by automotive traffic. These drainage improvements are being completed with extensive tree protection and design consideration. This corridor is designated by the Town of Palm Beach as a historic landmark. Role:Engineer of Record I Cost:$3.9M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED C-14 Outfall PS Basis of Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Lauderdale, FL 2021 N/A d• (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE G Check if project performed with current firm The City of North Lauderdale Control District (NLWCD) faced flooding issues due to limited runoff conveyance to the C-14 Canal, worsened by upstream pump stations in Tamarac and Coral Springs.The project included data collection,site investigations,modeling, regulatory coordination,design plans,and cost analysis for the proposed C-14 Outfall Pump Station.Role:Project Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Drainage Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Colonial Club Condominium(Boynton Beach,FL) 2021 2022 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm After several large storms caused flooding near a newly constructed seawall, a drainage design was developed to improve stormwater movement and prevent ponding,The project included feasibility analysis,schematic design,permitting,construction document preparation,and administration services to enhance drainage efficiency. Role: Engineer of Record I Cost:$139K BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 12 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Megan Berg, PE Stormwater Project Engineer a TOTAL b WITH CURRENT FIRM 16 1 15.FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach, FL 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S., Environmental Engineering and Science, The Johns Licensed Professional Engineer: Florida, Maryland Hopkins University,2011 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Megan has experience in civil and environmental engineering with focus on permitting,environmental inspection and post-construction monitoring,stormwater design,inspection and plan review and biological surveys. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW 33rd St and Powerline Rd Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pompano Beach,FL 2025(est.) N/A a• (3)BRIEF DESCRIPTION(Brief scope size.cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Providing design, permitting,bidding,and construction services for a drainage improvement project in an area with significant impervious surface coverage, which limits stormwater infiltration leading to Increased runoff. Professional services are at 90% completion.Role: Project Engineer I Cost: N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 10th St and Dixie Highway Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pompano Beach,FL 2025(est.) N/A b. (3)BRIEF DESCRIPTION(Brier scope size,cost,etc)AND SPECIFIC ROLE t1 Check it project performed with current firm Providing engineering design,permitting,bidding&construction services for the project area bounded by NE 10th Street to the north,by Dixie Highway to the west,by NE 6th Street to the south and by NE 5th Avenue to the east.Professional services are at 90%completion. Role:Project Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Drainage Permit Review PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2024 N/A c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Review drainage permit applications for Town of Lantana,ensuring submitted plans and drainage calculations meet the intent and requirement of the Town of Lantana drainage regulations and ordinances. Role: Permitting I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Atlantic Drive Drainage Improvements Design,Permitting,and Bidding PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d. Lantana,FL 2024 N/A (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE {z Check if project performed with current firm Assisted with design engineering and permitting for drainage improvements on Hypoluxo Island.Role: Permitting I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 2022 Grant Funding Assistance PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2024 N/A e. (3)BRIEF DESCRIPTION(Bnet scope size,cost,etc)AND SPECIFIC ROLE {r7 Check it project performed with current firm Project Engineer to assist with the Federal Emergency Management Agency(FEMA)Hazard Mitigation Grant Program(HMGP) and the Resilient Florida Coastline Grant Program(FRCP). Role: Project Engineer I Cost: N/A BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 13 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Thu Nguyen,El Stormwater Project Engineer a TOTAL b WITH CURRENT FIRM 2 2 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16.EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S.,Civil Engineering,Florida Atlantic University B.S.,Environmental Engineering, Florida Atlantic University 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations. Training,Awards,etc.) Thu has two years of experience in civil engineering and has earned her master's degree specializing in stormwater and drainage projects. She has worked on drainage improvements, stormwater master planning, and flood mitigation efforts in Delray Beach, Lantana,Gulf Stream,Palm Beach County,and West Palm Beach.Her expertise includes designing stormwater management systems, assessing drainage infrastructure,and developing solutions for flood-prone areas. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Core Area Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Gulf Stream,FL 2024 Ongoing a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE OCheck if project performed with current firm Replacement of all existing asbestos cement water mains, remediation of localized ponding,and replacement of roadway pavement. The existing asbestos cement water mains were replaced with C900 PVC water mains via open cut trench methods and by trenchless technology through prechlorinated pipe bursting.The right-of-ways were restrictive and the use of pre-chlorinated pipe bursting allows the new water main to replace the old water main in situ.Role: Project Engineer I Construction Cost:$13M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Englewood Drainage Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County,FL 2023 N/A b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 0Check if project performed with current firm , Assisting with the drainage study for Englewood Estates,preparing an ICPR drainage model and preparing a report with a summary of our findings.Role:Modeling Engineer I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW Neighborhood Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach, FL 2025(est.) N/A c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 0 Check if project performed with current firm Assisted in developing design drawings and associated support services for multiple roadway and alleyway improvements in the NW Neighborhood area.Professional services are at 90%completion.Role:Project Engineer I Construction Cost:TBD (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Loxahatchee River Road Drainage Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County,FL 2022 N/A d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Assisted with ICPE drainage modeling and report preparation for the finding of a drainage study conducted for Loxahatchee River Road. Role:Modeling Engineer I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater EDR Needs Submittal PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e Wilton Manors,FL 2022 N/A (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0 Check it project performed with current firm Assisted with conducting a stormwater needs analysis.Role: Project Engineer I Construction Cost:N/A BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 14 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Zach Schuster,PE,Ph.D.,CFM Lead Modeler a TOTAL b WITH CURRENT FIRM 8 3 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-Chicago,IL 16.EDUCATION(Degree and Specialization) 17_CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Ph.D.,Nelson Institute for Environmental Studies,University of Licensed Professional Engineer: Illinois Wisconsin-Madison,2017;M.S.,Water Resources Engineering and Water Resources Management, University of Wisconsin - Madison,2011 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Certifications:Certified Floodplain Manager Modeling Software Expertise: HEC-RAS 2D;HEC-HMS; HEC-2; EPA SWMM;XPSWMM; PCSWMM; InfoWorks ICM 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Basin 16 Inflow and Infiltration Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) DeKalb,IL 2022 N/A a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ltCheck if project performed with current firm Responsible for preparing a calibrated PC-SWMM model of a gaged sanitary sewer basin for the Kishwaukee Water Reclamation District. Work included representing the sewer network in PC-SWMM, calculating RDII parameters based on flow meter data, and calibrating the model to several rainfall events. Role:Lead Modeler I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Forest,IL 2024 N/A b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 21 Check if project performed with current firm Senior Hydraulic Modeler for the City of Lake Forest's 2024 update to their Stormwater Master Plan.Zach provided QA/QC review of the 2D PCSWMM models for Buena Road/Quail Drive and Illinois Road study areas.Zach prepared the final draft of the plan update and reviewed cost estimates against recent bid data.Alternatives for these two new study areas will be used for the City's future Capital Improvement Plans.Role:Senior Hydraulic Modeler I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dry Run Creek Study and Spring Street Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Peoria, IL 2023 N/A C. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE i2 Check if project performed with current firm Senior Hydraulic Modeler for two projects for the City of Peoria. Provided QA/QC review of a 1D/2D model of the Dry Run Creek drainage study and a 1D model of the Spring Street Reconstruction project.Zach also provided guidance to staff modelers during the planning phase.Role:Senior Hydraulic Modeler I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater Master Plan Phase I PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Glenview,IL 2020 N/A d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE QJ Check If project performed with current firm Responsible for creating Existing Conditions 1D/2D ICM model of Glenview's storm sewer network.Modeling work included representing the North Branch Chicago River in the model using ICM's river function and representing all completed Glenview storm sewer improvements in the model.Work included collaboration with Stantec during the model build.Role:Lead Modeler I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater Master Plan PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Oak Brook, IL 2024 N/A e (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE Check if project performed with current firm Lead Modeler for the Village of Oak Brook Master Plan.Created an ICM model representing all storm sewers,rivers,and storage using the model's 1D and 2D engines. Identified four problem areas based on model results and consultation with Village staff and developed conceptual alternatives to address known problems. He prepared a resident drainage survey that was sent to Village residents.Role:Lead Modeler I Construction Cost: N/A BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 15 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Sira"Jockey" Prinyavivatkul, PE Senior Engineer a TOTAL b WITH CURRENT FIRM 26 6 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16.EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.,Ocean Engineering, Florida Atlantic University,2002 Licensed Professional Engineer:Florida 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations. Training.Awards.etc) Associations:American Society of Civil Engineers(ASCE),Water Environment Federation(WEF) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Core Area Improvements PROFESSIONAL SERVICES CONSTRUCTION(Ii applicable) Gulf Stream, FL 2024 Ongoing a. (3)BRIEF DESCRIPTION(Brief scope size,cost.etc.)AND SPECIFIC ROLE .1 Check if project performed with current firm Data collection, engineering design, permitting, and bidding assistance for the Town of Gulf Stream's 80 acre core residential community rehabilitation project. Project included the replacement of existing asbestos cement water mains and improvements to the stormwater conveyance system to combat high and king tides, and replacement of roadways. Role:Project Managers Construction Cost: $13M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lakeside Gardens Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(Il applicable) Boynton Beach,FL 2023 2024 b (3)BRIEF DESCRIPTION(Brief scope size cost,etc)AND SPECIFIC ROLE ;A Check it project performed with current firm Provided engineering services for Dimick and Potter Utility Stormwater and Water Improvements (Lakeside Gardens Drainage Improvements Phase 1). The engineering services included successor engineering, constructability review, value engineering, permitting, bidding assistance, and construction management and part-time inspection services. Role:Project Manager I Construction Cost:$2.9M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Eductor Station Evaluation PROFESSIONAL SERVICES CONSTRUCTION(ft applicable) Boca Raton, FL 2020 N/A c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 1 Check if project performed with current firm Assessment of the City of Boca Raton's 14 eductor-style lift stations.The assessment was to determine the ability to repurpose the existing eductor wet wells to submersible lift station wet wells, Role: Project Manager I Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Station 179 Rehabilitation PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Boca Raton, FL 2023 2023 d (3)BRIEF DESCRIPTION(Brief scope size.cost,etc.)AND SPECIFIC ROLE .<1 Check it project performed with current tem Provided data collection, engineering design, and permitting services related to the replacement of lift station 179. Design included the development of a preliminary design report identifying future projected wastewater flows and the design of a lift station to replace an aging and under capacity lift station. Role:Project Manager I Construction Cost: $1.4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Key Haven Wastewater Force Main Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida Keys Aqueduct Authority, FL 2024 2024 e (3)BRIEF DESCRIPTION(Brief scope size.cost,etc.)AND SPECIFIC ROLE :1Check If project performed with current firm Provided design services for the wastewater force main from Key Haven to Key West and associated pump station upgrades. FK AA requested we extend their existing wastewater force main from the Key Haven subdivision west along US Highway 1/Cow Key channel to connect to the City of Key West gravity sewer at the intersection of Duck Avenue and South Roosevelt Boulevard. Role: Project Manager I Construction Cost:$4M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 16 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Arthur"Jake"Hurley, PE Utilities Project Engineer a TOTAL b WITH CURRENT FIRM 10 4 15.FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.,Civil Engineering,University of Central Florida Licensed Professional Engineer:Florida 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations. Training,Awards,etc) Jake has extensive experience in the Water/Wastewater Industry.He started his career as a field/project engineer working for general contractor Wharton Smith, Inc. Then at the City of Boynton Beach Utilities Department, he functioned as a project manager and engineer for multiple improvement projects. His experience includes project management, engineering design, permitting, bidding services,and construction services. 19. RELEVANT PROJECTS (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Integrated Utility Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2023 N/A a. (3)BRIEF DESCRIPTION(Brief scope size,cost.etc)AND SPECIFIC ROLE 1 Check if project performed with current firm Assisting with comprehensive master plan for the City's potable water distribution system,wastewater collection and transmission system, roadway, seawalls, parks and recreation facilities and stormwater system master plan including recommendations for Capital Improvement Projects(CIP). Role:Project Engineers Construction Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Key Haven to Key West Force Main PROFESSIONAL SERVICES CONSTRUCTION(Ifapplrcable) Florida Keys Aqueduct Authority, FL 2024 2024 O• (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE .i1 Check if project performed with current firm Provided engineering services to perform preliminary and final design, cost estimation, permitting, bidding assistance, construction administration and resident project representative services for approximately 8,000 linear foot 8"force main from Key Haven Road to South Roosevelt Avenue. Role:Project Engineers Construction Cost:$4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLE TED Lantana Water Treatment Plant High Service Pumps PROFESSIONAL SERVICES CONSTRUCTION(Ifepplrcablel Lake Park, FL 2019 2023 (3)BRIEF DESCRIPTION(Brief scope size;cost,etc.)AND SPECIFIC ROLE '1 Check ii project performed with current firm Engineering design, permitting and bidding for improvements to existing potable water high service pumps, including electrical building,replacement of electrical controls, replacement of high service pumps,and addition of bypass connections. Role:Construction Manager I Construction Cost:$1.9M. (1)TITLE AND LOCATION(City and Stare) (2)YEAR COMPLETED Broadway Water Main Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2023 2024 d (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE ✓;Check if protect performed with current firm Provided engineering services for the design,permitting and bidding assistance for the replacement of existing 14-inch,12-inch, and 8-inch water mains. The 14-inch water main(approximately 250 linear feet(LF)is located within the Town's Water Treatment Plant (WTP)site, between the finished water meter vault and Broadway, The existing water mains are nearing the end of their useful service lives and require replacement. Role:Project Engineers Construction Cost:$2M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED IQ511 Pump Station Piping Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Loxahatchee River Environmental Control District, FL 2022 2024 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 1 Check ii protect performed with current firm Constructability review of IQ511 pump station improvements that consists of directly connecting stabilization ponds to IQ511 wet well structure to allow IQ511 to remain functional for longer periods during dry weather. Role: Construction Project Manager I Construction Cost:$520,000 BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 17 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Emily Altman,El Utilities Project Engineer a TOTAL b WITH CURRENT FIRM 2 2 15.FIRM NAME AND LOCATION(City and State) Baxter&Woodman, Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S., Environmental Engineering,Florida Atlantic University, N/A 2022 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training.Awards,etc) Emily Altman joined Baxter & Woodman after receiving her Environmental Engineering degree from Florida Atlantic University. She regularly assists Project Managers on a wide variety of infrastructure improvement projects including wastewater needs assessments, neighborhood utilities improvements,and master planning. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Northwest Neighborhood Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach,FL 2025(est.) Ongoing a. (3)BRIEF DESCRIPTION(Brief scope size.cost.etc)AND SPECIFIC ROLE 1 Check if project performed with current firm Providing design engineering for multiple roadway and alleyway improvements in the NW Neighborhood area.The limits of the project are from 1-95 to Swinton Avenue and from Atlantic Avenue to Lake Ida Road. Professional services are at 90%completion. Role: Project Engineer I Cost:Est$20M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Core Area Improvements PROFESSIONAL SERVICES CONSTRUCTION(lfapplicable) Gulf Stream, FL 2024 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ,71 Check if project performed with current firm Providing design engineering services for a wide variety of projects under a general engineering services contract. Projects include rehabilitation and maintenance improvements of existing storm drainage lines, new storm drain lines, renovation to existing storm sewer pumping stations,design of new storm sewer pumping stations,replacement of existing water mains,and roadway and drainage design.Role: Project Engineer I Construction Cost:$)3M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Water,Wastewater& Stormwater Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lantana,FL 2024 N/A C. (3)BRIEF DESCRIPTION(Brief scope size,cost.etc.)AND SPECIFIC ROLE .d Check if project performed with current firm Assisted with the comprehensive master plan for the City's potable water distribution system, wastewater collection and transmission system, roadway, seawalls, parks and recreation facilities and stormwater system master plan including recommendations for Capital Improvement Projects(CIP).Role:Project Engineer I Construction Cost: N/A BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 18 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Alexis Shotton,PE Grant Assistance a.TOTAL b.WITH CURRENT FIRM 8 8 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16.EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S., Civil Engineering, University of Illinois at Urbana- Licensed Professional Engineer: Florida Champaign,2017 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Alexis has extensive experience in water/wastewater industry including master planning,linear infrastructure design,rate studies,and grant assistance. Alexis has presented at the Florida AW WA Conference in 2024 on rate studies. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Grant Assistance PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Park,FL 2022 N/A a• (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Assisted the Town with preparation of an Environmental Assessment Application,submitted to Florida Commerce,The project included coordination and compliance with various agencies including Historic Preservation, Clearinghouse, FEMA, Tribal Lands,Coastal Zone Management Act,Coastal Barrier Resources Act,and others.Role: Project Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Grant Funding for Vulnerability Assessment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Gulf Stream,FL 2023 N/A b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE OCheck if project performed with current firm Assisted the Town with preparation of a grant application for the Florida Department of Environmental Protection (FDEP) Resilient Florida Grant Program. The project included preparation and submittal of an application for funding to perform a Vulnerability Assessment.Role:Project Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sea Level Rise Vulnerability Assessment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Wilton Manors,FL 2023 N/A (3)BRIEF DESCRIPTION(Brief scope size.cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm C: Assisted the City with preparation of a Sea Level Rise Vulnerability Assessment on the City's infrastructure. The project is funded by the Resilient Florida Grant Program, and the assessment was done in accordance with grant requirements. This included performing an exposure analysis to identify the depths of flooding caused by SLR, storm surge, rainfall events, and/or compounded flood scenarios, and performing a sensitivity analysis to determine the impact of flooding on the City's critical assets. This project also included supporting the City with steering committees and public outreach meetings. Role: Project Engineer I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Southern Outfall Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Park,FL 2024 Ongoing d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Engineer for replacement of 72-inch storm sewer pipe with two 60-inch storm sewer pipes in order to increase stormwater flow capacity to improve flood protection and address sea level rise.This project required coordination with FDOT and South Florida Water Management District.Role: Project Engineer I Estimated construction cost is$3M. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lakeside Gardens Stormwater Improvements Grant Assistance PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Boynton Beach,FL 2024 N/A e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE 0Check if project performed with current firm Performed calculations to increase the City's Hazard Mitigation Grant by re-assessing property values and including road damage. Calculations included pre vs. post damage estimates for various storm events. Role: Project Engineer I Construction Cost:N/A BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 19 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 'Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Eric Rush, PE Construction Manager a TOTAL b WITH CURRENT FIRM 26 <1 Year 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman, Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) New Mexico State University, BSCE Licensed Professional Engineer:Florida QC Manager 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations Training,Awards.etc.) Eric is a licensed Professional Engineer with experience in roadway construction management at the state and city levels.He has managed bridge and highway projects,audited construction files,processed subcontracts and change orders,developed construction forms and policies,and supervised staff for roadway,building,and park projects. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County,FL 2024 2024 a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE LI Check it project performed with current firm Construction Project Manager covering projects such as bus stop improvements(ADA,shelters),and Bus Maintenance Facility improvements(bus lifts,bus washes,electric bus charging stations).His duties include scoping the work,developing the contract specifications, design, drafting, cost estimating, bid support, construction management, invoicing, inspections, and closeout. Role:Construction Manager I Value of Contracts to date Is approximately$10M. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED LAP Contract Management PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FDOT District 4,FL 2018 N/A b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE U Check If project performed with current firm Served as a Project Administrator working with local agencies to ensure LAP requirements were being followed and LAPIT was kept current with required documentation. He also performed regular audits on local agency files and managed a senior inspector responsible for performing field inspections.Role: Project Administrator I Cost:N/A (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Capital Improvements Program PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Miami,FL 2014 2014 C. (3)BRIEF DESCRIPTION(Brief scope size;cost,etc.)AND SPECIFIC ROLE CI Check 11 project performed with current firm Eric served as the Senior/Chief Construction Manager, overseeing both horizontal and vertical construction projects through independent Team Leaders while resolving technical, political, and contract issues. He managed the Auger Hole Mitigation program, assisted in design and construction phases, and provided regular reports on budgets, staffing, and assignments to senior leadership. Role:Senior/Chief Construction Manager I Cost:$200M/Year(2010-2014) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 2 Ave. Segment B3 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,FL 2018 2018 d (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE i]Check if project performed with current firm Project Engineer who worked on the reconstruction of 0.5 miles of an urban arterial including the addition of new sidewalk, drainage,lighting,and landscaping.Role: Project Engineer I Construction value$4.3M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Mary Brickell Village Pump Station Phase II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2018 2018 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE r]Check if project performed with current firm Project Engineer who worked on the construction of a dual pump,stormwater pump station in Downtown Miami, Work included a new sidewalk,connecting drainage,and landscaping.Role: Project Engineer I Construction value$2.58M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 20 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Rick Chipman,CGC Construction Advisor a TOTAL b WITH CURRENT FIRM 44 12 15.FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Construction Materials and Methods,Palm Beach Junior General Contractor:Florida College 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training,Awards etc.) Richard has 44 years of experience in several phases of municipal construction, administration of complex construction projects, and supervisory management in the fields of building construction,site development,and water and wastewater treatment.His management and technical skill offers a wide range of tangible experience.Certifications:SBBCI Certified Building Inspector. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Core Area Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Gulf Stream, FL 2024 Ongoing (3)BRIEF DESCRIPTION(Brief scope size,cost.etc.)AND SPECIFIC ROLE ,71 Check it project performed with current firm a. Replacement of all existing asbestos cement water mains, remediation of localized ponding, and replacement of roadway pavement.The existing asbestos cement water mains were replaced with C900 PVC water mains via open cut trench methods and by trenchiess technology through pre-chlorinated pipe bursting. The right-of-ways were restrictive and the use of pre- chlorinated pipe bursting allows the new water main to replace the old water main in situ. Role: Construction Manager I Construction Cost:$13M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 2nd Avenue/Seacrest- Phase 2 PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Delray Beach,FL N/A 2020 b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE ;c1 Check if project performed with current firm Construction administration, resident representative services, public outreach, and FDOT LAP coordination for roadway, sidewalk,pedestrian crosswalk and dedicated bike lane improvements.Role:Construction Project Manager I Construction Cost: $1,735,860.00 (1)TITLE AND LOCATION(city and State) (2)YEAR COMPLETED Lake Shore Drive Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Park, FL 2021 2022 C. (3)BRIEF DESCRIPTION(Brier scope size,cost.etc)AND SPECIFIC ROLE viCheck it project performed with current firm The project included stormwater pumping station, bioswale, reconstructed roadway,ADA-compliant shared pathway, lighting, landscaping, and other related improvements on Lake Shore Drive starting from the entrance of the Lake Park Marina north 3,220 feet to Castlewood Drive. Role:Construction Project Manager I Construction Cost: $6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Stations No.26,45,and 51 Rehabilitation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Palm Beach,FL 2023 Ongoing d (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE .i1Check if project performed with current firm Construction services for the rehabilitation for Lift Stations 26, 45, and 51. The project consisted of converting the existing "can-type"station (with two 20 HP pumps)to submersible stations which are located within the median of Australian Avenue, installing two new 20 Hp submersible pumps with associated rails and hatches,structural modifications of the existing wetwell to convert it into a submersible wetwell. Role:Construction Project Manager I Construction Cost:$3.6M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED IQ511 Pump Station Piping Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable, Loxahatchee River Environmental Control District, FL 2024 2024 e. (3)BRIEF DESCRIPTION(Brief scope size,cost.etc.)AND SPECIFIC ROLE d Check it project performed with current firm Constructability review of IQ511 pump station improvements that consists of directly connecting stabilization ponds to IQ511 wet well structure to allow IQ511 to remain functional for longer periods during dry weather. Role:Construction Project Manager I Construction Cost:$520,000 BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 21 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Brad Stoecker Inspector&Public Outreach Officer a TOTAL b WITH CURRENT FIRM 35 27 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman,Inc.-West Palm Beach, FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) A.S.,Building Construction Technology, Morrison College, Remote Pilot Certification,#4366310,FAA 1990 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc) Brad has extensive experience in CEI services for municipal and FDOT-LAP projects. He is proficient in roadway, underground, streetscape,and structural construction inspections.Brad also provides daily reporting in the format of photography,video and visual arts which are uploaded to various social media platforms for public notification,design and construction status updates. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Osceola Neighborhood&SW 4th Street/SW 6th Street/SW 7th Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Improvements;Delray Beach, FL 2019 2024 a. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Provided Construction Inspection for the City's Osceola Neighborhood & SW 4th Street/SW 6th Street/SW 7th Street Improvements.The project consisted of improvements to roadways,paved alleys,sidewalks,swales,stormwater system,sanitary sewer system,and street lighting,Role: Inspector I Construction Cost:$13.77M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 5th Avenue South Bikeway and Pedestrian Trail PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth Beach,FL 2018 2018 b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Oversaw the conversion of an unimproved right-of-way into a fully improved bikeway and pedestrian trail with new sidewalks, landscaping,irrigation,stormwater facilities,traffic calming,signage,and striping,ensuring compliance with LAP requirements for full reimbursement from FDOT.Role:Construction Technician I Construction Cost: $4.3M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Neighborhood Road Program District 2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth Beach, FL 2020 2020 C. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Provided construction services for various roadway,potable water,and sanitary sewer improvements on the following streets:15th,16th, 17th, and 18th Avenue North; 16th and 17th Court North; Terrace Drive East and West; and North D Street, Services included project coordination,construction administrative services,and construction inspection.Role:Construction Technician I Construction Cost:$600K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Beach Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray Beach, FL 2019 2020 d. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Construction Administration and Inspection for Atlantic Avenue and SR A1A Intersection& Pedestrian Crossing Improvements, ADA Crossings,Dune Deterrent Fencing,Beach Walkway Improvements,and Turtle-Friendly Beach Lighting.Role:Construction Administration& Inspector I Construction Cost:$2.5M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cudjoe Regional Wastewater Collection&Transmission PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida Keys Aqueduct Authority, FL 2019 2019 e. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE V Check if project performed with current firm Provided construction services for a central wastewater collection and transmission system for the Cudjoe Regional Inner Islands(Upper Sugarloaf Key,Cudjoe Key,and Summerland Key).The wastewater collection is pumped to the new Cudjoe Key WWTP.Role: Resident Engineer I Construction Cost:$33M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 22 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Anthony Monroe Inspector a TOTAL b WITH CURRENT FIRM 25 3 15 FIRM NAME AND LOCATION(City and State) Baxter&Woodman, Inc.-West Palm Beach,FL 16.EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(Slate and Discipline) N/A N/A 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Anthony is a skilled construction inspector offering 25 years of experience serving as a superintendent for contractors in Florida.He is consistently praised for his effective coordination between clients and contractors.Anthony's main priority while overseeing projects are maintaining clients'budgets and schedules. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palm Club Water Main Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderdale-By-The-Sea, FL 2020 2022 a. (3)BRIEF DESCRIPTION(Brief scope size.cost,etc.)AND SPECIFIC ROLE V Check i1 project performed with current firm Provided engineering assistance for Palm Club Water Main Improvements.The project included a connection of the terminal end of the 6-inch water main on Sunset Lane to the 4-inch water main along Palm Club Drive within the Palm Club development, eliminating the dead end water main on Sunset Lane.The new water main is approximately 115-linear-feet long and 6-inch in diameter,with a fire hydrant located adjacent to Palm Club Drive.Role: Inspector I Construction Cost:$2M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lift Station 179 Rehabilitation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Boca Raton,FL 2023 2023 b. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE V Check if project performed with current firm Construction Inspector for the administration services for the rehabilitation of Lift Station 179. Services included progress meetings,shop drawing review, periodic site visits,coordination with on-site Construction Inspector, Engineer of Record, and client,review of contractor's monthly payment request,and review of record drawings.Role:Inspector I Construction Cost:$1.4M (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bluewater Cove Residential Development PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Town of Gulf Stream, FL 2022 2023 c. (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE V Check if project performed with current firm Construction Inspector for the Bluewater Cove Residential Development project. Improvements include water, wastewater, drainage,and paving work.Role: Inspector I Cost:$64K (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lowson Boulevard LAP Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Delray Beach,FL 2021 2023 (3)BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE V Check if project performed with current firm d. Construction Inspector for the City's Lowson Boulevard Roadway Improvements. The project is funded by both the City and the Florida Department of Transportation under the Local Agency Program (LAP). The 2.4-mile project extends from Dover Road to US1/Federal Highway.The project includes the mill and overlay of a two-lane undivided roadway section,the addition of curbing, signage, pavement markings, signalization, drainage, and swale improvements. Also included is the construction of two pedestrian bridges spanning the Lake Worth Drainage District E-4 Canal. Baxter& Woodman is also providing public involvement services, agency and utility coordination, and LAP Administration services during the 19.5-month construction timeframe.Role: Inspector I Cost:$1.3M BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 23 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Dennis Ritzel, PSM Licensed Surveyor 28 years 6 years 15. FIRM NAME AND LOCATION (City and State) Ritzel-Mason, Inc. (Delray Beach, Florida) 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(Stale and Discipline) BS/ Geomatics Engineering / Florida Atlantic University (2013) FL PSM #6953 (2013) AA/ Palm Beach Community College (2009) FL El #1100022325 (2019) UAS107#1856855 (2018) CST#1102-1681 (2005) 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations Training.Awards.etc.) Trenchless Technology Center(TTC)Utility Investigation School -40 Hours Gold Coast Land Surveyors Council(former President) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Watermain Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County,Port Everglades,Ft.Lauderdale,FL 1/2023-7/2023 N/A (3)BRIEF DESCRIPTION(Brief scope.size, cost.etc.)AND SPECIFIC ROLE ❑✓ Check if project performed with current firm a. Project Manager to support surveyor to trace 19 miles of watermain in support of the GIS utility mapping system Ritzel-Mason 19 mile portion was marked with GPR and surveyed Water meters and other above ground water main features were collected and added to the survey (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED State Road MA Gulfstream PROFESSIONAL SERVICES CONSTRUCTION(Inapplicable) Palm Beach County. Gulfstream,FL 12/2019- 1/2020 NIA (3)BRIEF DESCRIPTION(Brie/scope,size.cost.etc.)AND SPECIFIC ROLE O Check if project performed with current firm b. Project Manager to support surveyor and engineer to designate utilities in a I I-mile corridor of State Road A1A PM coordinated with survey field crews to mark underground utilities within the nght-ot-way (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Australian Avenue from Banyan Blvd to 45th Street PROFESSIONAL SERVICES CONSTRUCTION(inapplicable) Palm Beach County. West Palm Beach,FL 412022- 11/2023 N/A (3)BRIEF DESCRIPTION(Bre/scope.size.cost.etc.)AND SPECIFIC ROLE O Check if project performed with current firm G. Project Manager to support engineer's design. Survey work was completed using a Leica laser scanner Bndge data was included SUE work included test holes and utility designates Design survey was delivered in MicroStation ORD (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seminole Colony East Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(II applicable) Palm Beach County.West Palm Beach FL 4/2023 7/2023 N/A d. (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE H Check if project performed with current firm Project Manager to support engineer's design.Survey work was completed using total station methods Tree data and drainage information was collected Design survey was delivered in MicroStation ORD Test holes are to be completed at a later date (1)TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED State Road 704 -Downtown West Palm Beach PROFESSIONAL SERVICES CONSTRUCTION a/applcable) Palm Beach County.West Palm Beach,FL 3/2022 ongoing NIA (3)BRIEF DESCRIPTION(Brie)scope.size.cost.etc)AND SPECIFIC ROLE ❑✓ Check if project performed with current firm e. Project Manager to support engineer's design efforts for City of West Palm Beach and FDOT Survey work was collected on east and west bound State Road 704 from Tamarind Avenue to Hagler Avenue through downtown Utility designates were completed at the intersection quadrants Right- of-way was mapped Drainage data collection is currently ongoing BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 24 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Clyde Mason. PSM Licensed Surveyor 21 years 6 years 15 FIRM NAME AND LOCATION (City and Slate) Rjtzel-Mason, Inc. (Delray Beach, Florida) 16 EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS/Geomatics Engineering i Florida Atlantic University (2011) FL PSM#6905 (2013) OH PS#8601 (2013) NC PLS#5297 (2018) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training.Awards.etc.) Florida Surveying and Mapping Society Gold Coast Land Surveyors Council 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palm Beach International Airport Central Airfield Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) PBIA,Palm Beach County.West Palm Beach,FL 1/2023-712023 3/2020-ongoing (3)BRIEF DESCRIPTION(Brief'scope,size cost,etc)AND SPECIFIC ROLE ❑✓ Check if project performed with current firm a. Project Manager to support surveyor to trace 19 miles of watermain in support of the GIS utility mapping system.Ritzel-Mason 19 mile portion was marked with GPR and surveyed.Water meters and other above ground water main features were collected and added to the survey (1)TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED NW 9th Avenue Watermain and Forcemain PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pompano Beach,Broward County, FL 1212019- 1/2020 N/A (3)BRIEF DESCRIPTION(Brief scope.size.cost etc.)AND SPECIFIC ROLE I' I Check it project performed with current firm b. Project Manager to support surveyor and engineer to designate utilities in a 1 1-mile comdor of State Road A IA PM coordinated with survey field crews to mark underground utilities within the right-of-way (1)TITLE AND LOCATION(City and State) 12)YEAR COMPLETED 1500 George Wedgeworth Way PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Belle Glade.Palm Beach County. FL 11;2023 NIA (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ['Check if project performed with current firm c. Project Manager to support PBCWULI in updating the County's records of a forcemain GPR was used to search for a locale the honzontal position of the forcemain Four test holes were completed in order to collect data on the depth,size and material (1)TITLE AND LOCATION(City and Slate) (2)YEAR COMPLETED Congress Avenue over L-2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County,West Palin Beach,FL 3/2023 NiA d. (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ✓ Check if project performed with current firm Project Manager to support engineer in locating a forcemain crossing the L-2 Canal bridge along Congress Avenue GPR was used to search for a locate the horizontal position of the forcemain.Test holes were completed in order to collect data on the depth,size and matenal (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SWA NCLF Cells 15 8 16 Closure PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County, FL 1/2023-ongoing N/A (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE [ ]Check if project performed with current firm e. Project Manager to support construction surveying efforts for the closure of cells at the Class I North County Landfill for Solid Waste Authority. Coordination with foreman for daily layout and as-builts of grading,utilities arid other features Project is ongoing but phases were completed on time or ahead of schedule BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 25 SSC E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE Lam-M.Smith,P.E. Electrical Engineer a TOTAL b. WITH CURRENT FIRM 37 25 15 FIRM NAME AND LOCATION(City and State) Smith Engineering Consultants,Inc,2161 Palm Beach Lakes Blvd.,Suite 312,West Palm Beach,FL 33409 16 EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) •B.S. Electrical Engineering. Florida Atlantic University. 1987 • Professional Engineer, FL (45997) 18 OTHER PROFESSIONAL QUALIFICATIONS(Publcanoru,Orpanrzabons, framing,Awards,etc) Post-graduate studies at FAU in telecommunications.Tau Beta Pi(Engineering Honor Society).IEEE.Florida Engineering Society(Past President of the Palm Beach Chapter and State).Florida Building Code electrical technical advisory conunittee. FES state energy committee. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SFWMD Gatc Structure G-716 and Pump Station S-476 PROFESSIONAL SERVICES CONSTRUCTION(ttApplrcab/e) Palm Beach County.Florida 2020 2022 a. (3) BRIEF DESCRIPTION(&)elacope,sae,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Designed the electrical systems for a new.three(3)gate structure within an existing stormwater treatment area(STA).This included the electrical service and distribution.controls.lighting.instnunentation.and SCADA telemetry.The telemetry system was designed using the District's standard RTU design.The pump station consisted of three(3)electric motor operated pumps with both upstream and downstream water level monitorin•. A backup diesel generator was desi•ned to •rovide station •ower in the event of a failure of the normal ••wer su••1 . (t) TITLE AND LOCATION(Cay and State) (2)YEAR COMPLE TED Palm Beach County Lift Stations PROFESSIONAL SERVICES CONSTRUCTION(if Appfra!•, Palm Beach County.Florida 2023 2(I-'I b (3) BRIEF DESCRIPTION(enerscope,size.coat,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Designed the SCADA telemetry system improvements for 50 lift stations throughout Palm Beach County's service area.New remote terminal units(BTU's)•including associated antenna towers.were added to provide remote status reporting to the central monitoring location.New pump control panels were designed to replace those that were in poor condition.New level transducers and PLC's were rovided for modernized tun• control. I) T111 E AND 1.OCA 1 ION(CO and State) (2)YEAR COMPLETED City of Sunrise.Sawgrass WTP improvements PROFESSIONAL SERVICES CONSTRUCTION(IfAppbcable) Sunrise.Florida 2021 2022 (3) BRIEF DESCRIPTION(&net scope,size.cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Designed the electrical systems for miscellaneous improvements to the City's existing water treatment plant.This included the electrical power distribution.controls,and instrumentation.Four(4)existing transfer pumps at the clearwell were upgraded with larger motors.Two (2)of the pumps received new reduced voltage starters and the other two(2)new variable frequency drives(VFD's).Other improvements included new metering wimps for the sodium h j•ochlorite.the •lacement of three(3)concentrate booster pmnps motors (1) TIT)F AND I OCAI ION(City and State) (2)YEAR COMPLETED Town of Jupiter Water Treatment Plant PROFESSIONAL SERVICES CONSTRUCTION(IIApptcaae; Jupiter.Florida 2022 2023 d (3) BRIEF DESCRIPTION(ane/scope,size,cost,etc 1 AND SPECIFIC ROLE [X]Check if project performed with current firm Smith Engineering Consultants.Inc.has worked with the Town of Jupiter on several of their recent utilities projects.We have successfully resolved power quality issues within the Nano-filtration Plant.We have made improvements to the existing high service pumps by designing new variable frequency drives(VFD's)to replace existing reduced-voltage motor starters.Also recently we have designed the electrical systems for new and re lacement surficial a infer wells.which included 4.160V •ower distribution. (1) TITLE AND LOCATION(City and State) (2)YEAR COMM FTED City of West Palm Beach Street Lighting, PROFESSIONAL SERVICES CONSTRUCTION(IIAppxcable) West Palm Beach.Florida 2022 2023 e• (3) BRIEF DESCRIPTION(anetscope.size cost,etc.)AND SPECIFIC ROLE [X] Check if project performed with current first Designed the electrical systems.including new decorative lighting poles and fixtures.along Tamarind Avenue from Banyan Blvd.to Palm Beach Lakes Blvd.The electrical systems included a new electrical service and power distribution for photoelectric controlled street lights. Calculations for the roadway illumination were made in accordance with city requirements.and light pole details prepared for the selected decorative lighting. BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 26 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Wesley Foster, PE, SI, MBA Contract/Project Manager a TOTAL b.WITH CURRENT FIRM 12 8 15.FIRM NAME AND LOCATION(City and State) Pacifica Engineering Services, LLC, Defray Beach, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) • M.BA.,Business,Louisiana State University(LSU) • FL Professional Engineer#83239 • M.E.,Civil Engineering,University of Florida(UF) • FL Threshold/Special Engineer#83239 • B.S.,Civil Engineering,University of Florida(UF) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training, • Florida Engineering Leadership IrtsiNte(FEU)of 2017 Awards,etc) • PTI-Post Tension Inspector-Level VII • FDOT/CTOP Quality Control(QC)Manager • ACI-Concrete Construction Special Inspector • FDOT/CTOP Pile Driving Inspector • ICC-Structural Steel&Bolting Special Inspector • FDOT/CTAP Earthwork Inspector Level VII • ICC-Structural Masonry Special Inspector • FDOT/CTAP Asphalt Plant Inspector Level I/II • ICC-Soils Special Inspector • FDOT/CTOP Asphalt Paving Inspector Level I/11 • FIT-Firestop Instructional Training Level 1 • FDOT/CTQP Qualified Sampler Technician • FDEP-Stormwater Management Inspector • FDOT/CTAP LBR Testing Technician • 10-Hour OSHA Outreach Training Course for the Construction Industry • ACl/FDOT/CTQP Lab Aggregate Testing • Floor Flatness/Floor Levelness Testing,2013 • ACIIFDOT/CTAP Lab Aggregate Base Testing • Radiation Safety Officer/Trainer • ACVFDOT/CTAP Concrete Laboratory Tech-Level 1 • ACI-Concrete Field Technician The role of the Contract Manager is paramount in successfully servicing this contract.Mr.Wesley C.Foster.PE.SI,MBA has managed multiple similar contracts throughout Honda.His experience includes managing the material testing contracts at the Palm Beach International Airport,Palm Beach County,Honda Atlantic University(FAU),City of Lighthouse Pointe,and vanous other public and private entities.Mr.Foster is ready to be the Contract Manager for this contract and is 100%committed to serve the county.Mr. Foster offers more than 12 years of experience with numerous projects,including roads,bridges,airports,high-rise buildings,and educational facilities. His background includes threshold building construction inspections, private provider inspections and plan review, construction material testing, construction engineering and inspection,engineering management,and geotechnical engineering.As President and Principal Engineer,Mr.Foster supports the firm's goal of being an industry-leader in engineering,consulting and testing by ensuring the delivery of quality services. He accomplishes this through the preparation and review of proposals and reports that continues to meet and exceed client's expectations,resultantly winning bids. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palm Beach County Geotechnical and Materials Testing Contract PROFESSIONAL SERVICES CONSTRUCTION(If Palm Beach County, Florida 2014—2017 applicable) 2020-current (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm Mr. Foster served as the Contract Manager/Protect Manager for this contract between 2014 through 2017 while working for PSI/Intertek;and is currently the Contract Manager/Project Manager since 2020 for PACIFICA.Services provided under this contract include Geotechnical Consulting and Engineering,Threshold Inspections along with Construction Materials Testing.Specific tasks under this contract include evaluation of soils and geologic conditions of project sites;determination of soil stability for soils to be under and around foundations and other infrastructure;specialized a geotechnical and water resource evaluation;field and laboratory testing of materials(soils,concrete,asphalt,masonry,etc.);and field testing for construction inspection and compliance with construction standards The following projects were part of this contract:Hood Road from Briar Lake Drive to West of Florida's Turnpike,Clint Moore Road at Jog Road.Lyons Road S of LWDD L-3,Supervisor of Elections Production.PGA Blvd& Military Trail Intersection. Seminole Pratt Whitney Rd. Gateway Boulevard and High Ridge Road. Hvpoluxo Road and Jog Road Intersection Improvements,C-51 Canal Culvert Failure,Clint Moore Road,Oaks Club drive to Long Lake Drive.Canyon District Park,RCA Boulevard&Alternate A 1A•Acme Dairy Road South of Boynton:Airport Center Building 2 Palm Beach County Convention Center Parking Garage.ECRWRF Reclaimed Office&Storage Building;Bluegill Trail;Lyons Road/Lantana Road over L-14 Canal; Gun Club Road over LWDD E-3 Canal;Drexel Road over j_WDD L-2 Canal. Role: Contract Manager/Project Manager Client: Palm Beach County Construction Coordination; Engineering & Public Works Department, Roadway Production Division;Facility Department;Water Utilities Department. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PBC Water Utilities Department(PBCWUD) PROFESSIONAL SERVICES CONSTRUCTION(If Palm Beach County, Florida 2022-current applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Et Check if project performed with current firm Mr. Foster served as the Principal Engineer for various PBCWUD. Services provided includes the completion of a subsurface investigation, laboratory testing program and geotechnical engineering analysis. Our report summarized the results of the work performed and provided recommendations regarding foundation design including Augercast piles and shallow foundations, retaining wall soil parameters, dewatering b. recommendations, compaction recommendations, backfill of existing pond recommendations, Augercast Pile construction considerations and general site preparation criteria.The following projects were provided for the PBCWUD: - EAC Consulting,Inc-PBC WUD No.20-035-Lift Stations - CDM Smith Inc-System Wide FM Eval-Task 1;Green Cay Phase 2 Progressive - Keshavarz&Associates-Golfview Heights of Westgate - Mock Roos&Associates,Inc-PBC WUD No.20-035-Lift Stations - Globattech,Inc-PBCWUD WTP 9 Sand Strainer,PBCWUD WTP 8 Process Improvement;and PBCWUD WTP 11 -Membrane Systems Role:Principal Engineer Client:Palm Beach County Water Utilities Department. BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 27 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 1 (Present as many projects as requested by the agency. or 10 projects. if not specified. Complete 21 TITLE AND LOCATION(City and State) 22 YEAR COMPLETED Lakeside Gardens Drainage Improvements PROFESSIONAL SERVICES: CONSTRUCTION:(If applicable) City of Boynton Beach 2022 2024 23. PROJECT OWNER'S INFORMATION: a.PROJECT OWNER: b.POINTS OF CONTACT NAME: c.POINT OF CONTACT TELEPHONE NUMBER: City of Boynton Beach Jose Huertas 561-742-6400 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Baxter& Woodman was awarded engineering services including successor engineering,constructability review,value engineering, permitting,bidding assistance,and construction management and part-time inspection services. The project was previously engineered by others including the 100% design phase drawings, technical specifications, estimated construction schedule,and cost estimate.The major work items for the project include the design of approximately 1,600 linear feet (LF)of drainage pipe,25 drainage structures,a new gravity outfall,a discharge pipe for a portable emergency stormwater pump,and 1,130 LF of water main replacement.Ancillary items associated with the construction of the stormwater management system include but are not limited to sanitary and water service line adjustments,driveway replacements,curbing,roadway widening and restoration, and erosion control measures. The project included the following streets in the Lakeside Gardens Community: Dimick Road, Potter Road, North Lake Drive, Connections at North Federal Highway 1 Construction Cost:$2,645,441.75 .- ,:- , ..i,. , _. .14 . .. • • ., ``__1. t. , is , .11,, ai V111► . • g t 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. West Palm Beach,FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 28 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER:2 (Present as many projects as requested by the agency. or 10 projects, if not specified. Complete 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED Lake Shore Drive Drainage Improvements PROFESSIONAL SERVICES: CONSTRUCTION:(Il applicable) Town of Lake Park, FL 2022 2023 23.PROJECT OWNER'S INFORMATION: a.PROJECT OWNER: b.POINTS OF CONTACT NAME: c.POINT OF CONTACT TELEPHONE NUMBER: Town of Lake Park John Wille 561-881-3345,Ext.647 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Town of Lake Park contracted with Baxter & Woodman to provide engineering services for the design of drainage and other related improvements on Lake Shore Drive starting from the entrance of the Lake Park Marina north 3,220 feet to Castlewood Drive.Lake Shore Drive was prone to frequent flooding with road elevations ranging from 2.0 to 3.2 feet, NAVD. An innovative drainage system was designed that includes pumping stormwater up into a dry detention area/bioswale for water quality treatment before discharging to the Lake Worth Lagoon.The project addressed flooding issues, King Tides and Sea Level Rise (SLR) as well as providing a completely new pedestrian friendly corridor for the area's residents.Baxter&Woodman also provided assistance with a Hurricane Mitigation Grant application for$3.5M.Services include: A 1 , Drainage System Design • ICPR4 Modeling " S. 4111 4IR• • Level of Service Assessment ; y x' • Sea Level Rise Evaluation ~" �, • Drainage System and Pump Station — - ,t m_ lo • Water Quality Improvements �r� - • Pollution Control Devices , !lit s . i ' 11116 .li: • Bioswale ` t • Permitting with SFWMD and USCOE Roadway Design . t. ,4 _ . ,_. . F.: . . • Roadway Replacement/Mill and Overlay 'p "-:moi.,,offt, 4 t.1 ' ~' .r . � . '` _--* . ,r*. • US 1 Corridor Coordination .•:-4.m " y -j' t' S ,'- "•. ryM!�' c� .. ,o 4.`. t 4-3. ' Vis.. ..y.-,:£ � •1�t g • ADA Compliant Sidewalks and Shared Path +...,,..M f • �. . • Landscaping and Irrigation • 4-... i�• . f, , • Street Lighting c„,...,..,;„ • - - 0'4s Baxter&Woodman provided engineering design, permitting, and bidding services for certain utility and roadway drainage improvements to Lake Shore Drive. Baxter & Woodman also provided full construction management services with a construction manager and full time inspector to process pay applications,clarifications,shop drawings and as-builts. The project has received awards from the Florida Stormwater Association, American Public Works Association and the American Council of Engineering Companies. See Drone Video: https://vimeo.com/709217823 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. West Palm Beach, FL Prime b. Smith Engineering Consultants,Inc. West Palm Beach,FL Subconsultant BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 29 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 3 (Present as many projects as requested by the agency. or 10 projects if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED Sea Pines Stormwater Pump Station PROFESSIONAL SERVICES CONSTRUCTION (It applicable) Lantana,FL 2022 2024 23. PROJECT OWNER'S INFORMATION: a.PROJECT OWNER b.POINTS OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Town of Lantana Eddie Crockett (561)540-5753 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Sea Pines residential neighborhood is located in the Town of Lantana, north of Hypoluxo Road and east of Interstate 95. This residential neighborhood was constructed in phases by a developer between 1978 and 1990. The Town has operation and maintenance responsibility of the utilities, roadway,and drainage systems including a dry detention area. The project area is approximately 55 acres and includes approximately 224 homes. The neighborhood experienced extended street flooding following the rain events in October and November of 2020, On October 26, 2020, the National Weather Service (NWS) reported 8 to 10 inches of rainfall for the area over a one-week period. Additionally, for the month of October 2020, this area received over 22 inches of precipitation,far exceeding the 4.25-inch monthly average for October. Baxter&Woodman was selected to evaluate the entire watershed for which Sea Pines is a part of,design the recommended improvements, and provide construction phase services. A stormwater pump station was recommended and designed with electric submersible pumps along with downstream conveyance A improvements sufficient to provide a three-year Level of Service for the roadways.The construction cost is $998,995. Legend Q SU enks.s I w *e ' 5 um yror .+ r 1 _ 4 :.; i , fk k , 11 111110.4it ' Prill . PP 'r TT i , I I ti 111!!F. t.. N S*aaec OOoi va•O • I - y 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman, Inc. West Palm Beach,FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 30 I F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 4 (Present as many projects as requested by the agency, or 10 projects. if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED: Core Area Water,Storm,and Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Gulf Stream,FL 2024 Ongoing 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER: b.POINTS OF CONTACT NAME: c POINT OF CONTACT TELEPHONE NUMBER: Town of Gulf Stream Greg Dunham (561)455-3188 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Town of Gulf Stream awarded to Baxter & Woodman the Core Area Improvement Project to perform the engineering and construction services for the Town's infrastructure in accordance to the 10-Year Capital Improvement Plan and to mitigate stormwater issues occurring within the Core Area.The Core Area consists of the properties and rights-of-way between Golfview Drive to Sea Road and the Intracoastal Waterway and N.Ocean Boulevard.Baxter&Woodman prepared the Town's 10-Year Capital Improvement Plan in June 2018,which identified the replacement of the aging asbestos cement(AC)water mains and rehabilitation of roadways. The water main replacement included open trench installation and construction by trenchless technology, pre-chlorinated pipe bursting, to minimize above grade impacts and reduce water main service outages. In addition, Baxter & k1 in� ' _ Woodman prepared an in depth stormwater analysis for M ' , 7 'E's;' the Core Area in June 2021 to analyze the causes and '1 -',) ' . ,vv. , ••, 11),..\:•7 3), +l t .'1.1 4,:provide recommendations for improvements to mitigate �` .� ;• ' `"' �! . j.' ,. the flooding events. Roadway grades were raised in low - .,- _ .- lying areas, redesigned grading of the roadway with the _ p. I i i - • "' - ' �' , •addition of stormwater structures and upsizing of various •; "4 'r'' ? � :' -erk- ' existing stormwater piping was included to facilitate s a { 4 ,.. ``r •t t it positive discharge of surface waters. h y :.;. 1` ' c,,„. . �t ;,;, +� Baxter & Woodman implemented the recommended t ry v.,t T.: �, . i .A. = I" .:,Y .. improvements by providing data collection, preliminary e • 4 y1 • . design, final design, permitting, and bidding services. '` Pig ;.4. ' The project is currently under construction and Baxter& 14 f 7 ��� 1T • _ y Ai' Woodman is providing construction administration and ' °' s. -- . � '. 64 resident project representative services. Construction t=i Town o,Gut,Stream COM Basin Droinoa¢Evtbotion Cost:$13.7M ' im. N• awn..<o a 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. West Palm Beach, FL Prime b. Ritzel-Mason, Inc. Delray Beach,FL Subconsultant BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 31 I F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 5 (Present as many projects as requested by the agency, or 10 projects if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED Integrated Master Plan PROFESSIONAL SERVICES CONSTRUCTION (It applicable) Lantana,FL 2024 N/A 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER. b.POINTS OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER. Town of Lantana Eddie Crockett (561) 540-5753 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Town of Lantana (Town) contracted with Baxter & � �t { tvui. ' ' '.e.' Woodman, Inc.to perform professional engineering services 4) �' _.. Ammo '1 t. for the preparation of an Integrated Master Plan to inventory, , y `ETVi' IA assess and prepare a Capital Improvement Plan (CIP) for ``T.' - /ti• . _IC the Stormwater System, Potable Water Distribution System, 1..)r''='�' `-- I�"-- � -'-._ ,.. ti,M.,e System, Seawall, and Parks & Recreation facilities. The CIP 'te ,,I � 4.1-,..:: Il14 ltd Wastewater Collection and Transmission System, Roadway r 1 tji .. ' �, lir` . . ,:�+s,- '-' included improvement recommendations with budgetary z ! M-'lr {:rvi - cost estimates for short-term (1 to 10 years) and extended4 _44 ' '� `' iill ' - term (11 to 20 years)for the stormwater system, wastewater - .. t •- collection and transmission system,potable water distribution -f:' .J ' , . s, ► r' ,`- �.'* system,and roadways,seawalls and park assets.The CIP was . `'" il I^' `: a 11 1 based upon recent information associated with service area -. ' ....,: .Z -_ demographics,water resources,water demands,wastewater -. 'moi - �' flows, hydraulic simulations, Sea Level Rise (SLR), roadway ��'. AI l^I mill and overlay programs, seawall conditions, and planned ,....1"' ,': r.. ; park facilities operations. • -/.4^~ A '` `I • L - f, 1 k• --:7,.1......., ..... Flood Depths(feet) .4. r- - `; fit';. Based on the results of each assessment, Areas of Interest -• " -'itn I 1" 4 . 146. -.:,•• were identified and compared geographically for each utility „,i,„.... ...,.......•t - .3,,, ir-to form combined projects where possible. The projects were - `. r'f r i J 11s.t N I , 1' 1111,6-,r conceptually designed and ranked based on severity potential. ,-.-i. r ti:7.•',r, . ','� Probable construction cost estimates were prepared. The t-'''•, I t . • ,k--. ,: { j� sa.r,t ,:ie,.., I e ora OS 0111011101; projects were compiled into the CIP and phased over the two - !ii lF�. - . : r • -. -I __ planning horizons based on the priority rankings. Challenges & Solutions: The Integrated Master Plan project involved multiple disciplines, where Baxter & Woodman recommended infrastructure improvements while maintaining the Town's fiscal budget. The challenge was coordinating these improvements across stormwater,water,wastewater,roadway,seawalls,and parks and recreation.Baxter&Woodman addressed this by overlaying project locations from various disciplines and combining overlapping projects into joint efforts, minimizing mobilization and traffic maintenance costs for the Town. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter& Woodman,Inc. West Palm Beach, FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 32 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 6 (Present as many projects as requested by the agency. or 10 projectsif not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED. Osceola Neighborhood& SW 4th Avenue Improvements PROFESSIONAL SERVICES CONSTRUCTION (I/applicable) Delray Beach,FL 2017 2024 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER b.POINTS OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Delray Beach Begona Krane (561)-243-7328 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Delray Beach contracted with Baxter&Woodman to improve the roadways and drainage infrastructure within the Osceola Neighborhood, including approximately five miles of roads and alleyways within an older, established area of the City. The project is located on a coastal ridge characterized with well drained soils. However, development of streets and homes have altered the natural drainage patterns and resulted in several areas of trapped runoff. Drainage problems were identified by performing a GIS ponding assessment of LiDAR information and by performing hydrologic and hydraulic modeling using Inter-Connected Ponding Routing (ICPR4) model. The results compared favorably with residents'accounts. The City directed Baxter&Woodman to minimize the use of swales within the project area because of residents'penchant to park along the road.The City also requested that new drainage infrastructure •, l be minimized to save costs. Baxter&Woodman responded by taking advantage of the geology and *e ,414/1114) topography of the area and designed exfiltration systems located in key areas intended to eliminate -,'" I. - flooding, provide improved water quality,and restore flow patterns. .. • The neighborhood included mid-block unpaved alleyways behind the homes. , • ��• The residents requested improved pedestrian and bicycle pathways via the r •• 1+ ___ 4_4 ------— alleyways. There was a lack of piped drainage systems along the alleyways •, and therefore permeable concrete pavement was proposed for the alleyways �Ir - to allow for percolation of the stormwater runoff.This project was selected for - #` .;, the American Concrete Pavement Association's 2021 Sustainable Practices .. ... ;` , K Recognition Award, presented :, t _ t' .. ,�.74.P. for the implementation of . r sustainable and resilient design • and construction practices that - ) rL,- N:.-‘,7i:::-� c; t.lir ' y consider societal, environmental and economic factors. , , , i y'i4't!�''- LI ! ' :a� I , I y 4 n'rt �. 1 Total Construction Cost:$13.77M i t .I ) --L__ t '. . , r - • -� �A . 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter& Woodman, Inc. West Palm Beach,FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 33 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 7 (Present as many projects as requested by the agency. or 10 projects. if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED: Park Street Stormwater Improvement Project PROFESSIONAL SERVICES CONSTRUCTION'(It applicable) Rolling Meadows, IL 2022 2024 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER: b.POINTS OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Rolling Meadows Mark Kilarski (847)-963-0500 Ext. 7022 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Baxter& Woodman was selected by the City of Rolling Meadows to assist with grant applications, grant administration, design, and construction engineering of this multi-phased project.The first phase was constructed in 2023. Phase I included the construction of a new 60-inch diameter storm sewer along the Kimball Hill Elementary School property and Kimball Hill Park property to the Arlington Heights Branch of the Salt Creek. The corridor presented many challenges with existing utilities,easement acquisitions,and construction timing requirements.The GIGO grant included the addition of a bioswale over the proposed storm sewer along the school property,and the development of a backwater wetland along the creek adjacent to the outfall.Considerations at the outfall for how the flow may impact the creek were crucial to the success of the project; the outfall was pulled back from the creek channel with RR4 armoring to dissipate the hydraulic energy and mitigate the potential impact to the creek. Educational signage was installed along the bioswale at the school and the BIOSWAEE IN ACTION -- _ wetland by the park. Phase Il is currently under design and will extend a 48" and 60"sewer along Meadow Drive to the intersection of School Drive South E-7.--.-=.. ;-_,41. -- Street to mitigate severe flooding that makes the road impassible to residents, parents, and school busses. Phase III will include an extension of the storm 'Veil- =_ —=r- � Y,�' sewer east along Park Street to mitigate surface flooding and will provide =y'== '��pp� .=• ruF W ®0 741_ stub-outs for private storm drain connections. The Park Street Stormwater Improvement projects received funding from both DCEO and IEPA GIGO. Construction Cost: $942K � . _ .:%➢k -.Lir- ? -_ � . ` ��f . — , 1 y � wo - -_ ._ma .. ,:T w 4 4Y. ! -1101iithIfi>.V NEW 50-INCH MALL4' ..‘ PROPOSED 60"STOR' ,1 'WE Aitlt16( .. /it 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. Crystal Lake,IL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 34 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER'8 (Present as many projects as requested by the agency or 10 projectsif not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Complete Streets Mobility Plan& Mobility Fee PROFESSIONAL SERVICES CONSTRUCTION'(If applicable) City of Boynton Beach,FL 2021 N/A 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER b.POINTS OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Boynton Beach Andrew Mack (561) 742-6231 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As communities struggle with providing an adequate level of service for urban roadways without limiting growth, the City of Boynton Beach is looking towards alternative solutions to provide mobility by means other than additional road capacity and to allow infill and redevelopment in urban areas. As an alternate to Palm Beach County's transportation concurrency, proportionate fair-share and road impact fees, the City requested Baxter & Woodman prepare a Mobility Study and determination of a Mobility Fee. Baxter& Woodman teamed with NUE Urban Concepts to provide services in two phases.The first task was to complete a Mobility Plan for areas within the City limits to serve as the legal basis and foundation for pursuit of multimodal transportation improvement funding.This effort was followed by development of a Mobility Implementation Plan, which established the associated mobility fees required to support the recommended improvements. The Mobility Plan coordinated with the City's Future Land Use Element of the Comprehensive Plan; assigned Quality of Services ratings for roadways and sidewalks;projected growth;and developed differential cost111110 ' __ estimates for over 25 mobility improvement projects.The mobility fee was I :p_ (1 �• �.. - ` calculated to make up for funding shortfalls, assuming a planning horizon 1 I through the Year 2045. .1 � I A r . N A 1 T it"'M.4 At WALKING /�*: ttuteffio A;-* 0•; c''u , .- , CYCLING MUVING Q CSMImprovements gri-5/ M TRANSIT PEOPLE kit 1 L WrS E OVEHICLE PROVIDING CHOICES SHARED , MT R , ,,,, MOTOR VEHICLE - . : NUE URBAN CONCEPTS WIOII2E,okay•PU�((.ife OBE le ��Rips i�denA�nrtammreptscm sc9c*0 '� -,1 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. West Palm Beach,FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 35 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 9 (Present as many projects as requested by the agency. or 10 projects, if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22 YEAR COMPLETED: Gateway Drive Neighborhood Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (I!applicable) Pompano Beach,FL 2023 2023 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER. b.POINTS OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER. City of Pompano Beach Tammy Good (954) 786-5512 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Pompano Beach is implementing projects associated with their Stormwater Master Plan.As part of the Master Plan, Study Area 6 - Gateway Drive was identified as an area which has little existing drainage and reported problems with widespread and extended roadway ponding.The commercial and industrial area is bounded by West McNab Road to the south, by Powerline Road to the East,by SW 36th Avenue to the west and by the SFWMD C-14 Canal to the north. Broward County Water Control District#4(BCWCD#4)owns and maintains an existing canal that runs north-south in the center of the Gateway Drive area and along the east side of an existing lake. Baxter& Woodman utilized SWMM to evaluate drainage alternatives,and provide the results and our recommendations to the City for stormwater improvements to the Gateway Drive area in a preliminary design report. Baxter& Woodman performed detailed design including plans,specifications and cost estimates at 60%,95%and 100%design phases.The project included 8,650 LF of stormwater pipes as well as a new outfall to SFWMD's C-14 Canal which required special Right-of-Way permitting with SFWMD and USACE, Baxter & Woodman also provided permitting services associated with dewatering within a contaminated groundwater area. Baxter& Woodman prepared bid documents, agenda and conducted a pre-bid conference with interested contractors and City staff.Baxter&Woodman provided Construction Engineering and inspection(CEI)services for the project which was completed in 2023.Construction Cost: $2.2M — a i s 26 . },1 1 I i - �, �a J ____Sivocieril. i. ; 1 L...,.. .. ,„ ,_ ! , , • ..•�.,, i F 1 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter& Woodman, Inc. West Palm Beach,FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 36 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT: NUMBER 10 (Present as many projects as requested by the agency or 10 projects if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION (City and State) 22.YEAR COMPLETED Kendall Lake Neighborhood Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Pompano Beach,FL 2018 2022 23. PROJECT OWNER'S INFORMATION: a PROJECT OWNER b.POINTS OF CONTACT NAME. C.POINT OF CONTACT TELEPHONE NUMBER City of Pompano Beach Tammy Good (954) 786-5512 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Pompano Beach is implementing projects associated with the Stormwater Master Plan.As part of the Master Plan, Study Area 7- Kendall Lake Neighborhood was identified as an area which experiences roadway flooding;and the existing lake does not have a positive outfall connection.The neighborhood is located on either side of NW 3rd Avenue between NW 21st Street and NW 16th Street. Baxter & Woodman reviewed the assumptions made in the Stormwater Master Plan as it relates to the Kendall Lake Neighborhood and developed six alternative designs and re-ran the stormwater model utilizing EPA's Stormwater Management Model (SWMM) computer program. The results and our recommendations were provided to the City for stormwater improvements to the Kendall Lake Neighborhood in a preliminary design report(PDR)which included 3,000 LF of straight pipe,5,500 LF of exfiltration trench and the creation of a new stormwater outfall. Baxter & Woodman then performed detailed design including plans, specifications and cost estimates at 60%, 95% and 100% design phases. Public Outreach services were also included. Permitting services were provided to obtain an Environmental Resource Permit(ERP)and a Surface Water License from Broward County as well as a dewatering permit from the South Florida Water Management District.The ERP approval required special analyses to address water quality in the Pompano Canal which has been designated as an Impaired Water Body. Baxter& Woodman's contract includes bidding and construction management services. Construction Cost: $5.1M EXISTING OPTION 6 1 1. 1 '.;111.1.. r...ifftr1TT 1 6 . i tri _ _ , X11 1 lt' 1 t— IC Fbod Depths(ll) 0 26.0.5 L j 1.01.2->3 0,Q P/q.c1 Area 0.0.2$ MI 051.1 -2D1•3 lahp 4 150 D01 ,V r.,. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Baxter&Woodman,Inc. West Palm Beach, FL Prime BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 37 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in `Examples Projects Key"section below before completing PERSONNEL CONTRACT table. Place "X"under project key number for (From Section E, (From Section E, participation in same or similar role.) Block 12) Block 13) 1 2 3 4 5 6 7 8 9 10 Rebecca Travis,PE,ENV SP Project Director X X X X X X X Jeff Hiscock, PE Project Manager X X X X X X X Ipek Aktuglu,PE, ENV SP QA/QC David Cowan,PE,ENV SP Stormwater Project Manager X Me an BergPE Stormwater Project Engineer& X g g' Permitting Thu Nguyen, El Stormwater Project Engineer X X X Zach Schuster,PE,Ph.D,CFM Lead Modeler X Sira"Jockey"Prinyavivatkul,PE Utilities Project Manager X X X X Arthur"Jake"Hurley,PE Utilities Project Engineer X X X X Emily Altman,El Utilities Project Engineer X X X Alexis Shotton, PE Grant Assistance&Compliance X X Richard"Rick"Chipman, Construction Advisor X X X X X CGC Eric Rush, PE Construction Manager X Brad Stoecker Inspector& Public Outreach X X X X X Officer Anthony Monroe Inspector X X X Dennis Ritzel,PSM Survey&SUE X Clyde Mason II,PSM Survey&SUE X Larry Smith, PE Electrical Engineering X Wesley Foster,PE,SI,MBA Geotechnical Engineering 29. EXAMPLE PROJECTS KEYS NO. TITLE OF EXAMPLE PROJECT(From Section F) NO. TITLE OF EXAMPLE PROJECT(From Section F) 1 Lakeside Gardens Drainage Improvements 6 Osceola Neighborhood&SW 4th Avenue Improvements 2 Lake Shore Drive Drainage Improvements 7 Park Street Stormwater Improvement Project 3 Sea Pines Stormwater Pump Station 8 Complete Streets Mobility Plan&Mobility Fee 4 Core Area Water,Storm,and Roadway Improvements 9 Gateway Drive Neighborhood Drainage Improvements 5 Lantana Integrated Master Plan 10 Kendall Lake Neighborhood Drainage Improvements BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 38 H. ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. Services Overview Baxter & Woodman's staff of 425+ professionals have provided engineering services to more than 500 communities, counties, and sanitary districts during our 79 years of business. The strength of the Baxter & Woodman team comes from the cohesive and cooperative work effort gained from having expertise in numerous disciplines. We offer a full range of municipal services from project inception to construction close-out. All necessary engineering services are provided in-house with the exception of geotechnical engineering. I11101. FE:7:43 Infrastructure Water Stormwater Wastewater Transportation r71 9 MEMA 11111111111111 Structures/Bridges Spatial Technology Construction Automations/Controls Lighting CPO _ Zit '110 Survey Public Outreach Natural Resources Design-Build Grants/Funding I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31 SIGNATURE 32 DATE % 03/20/2025 33.NAME AND TITLE Rebecca Travis,PE,ENV SP I Executive Vice President BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 39 A. GSA SF 330 Form 1 SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PWE25-009 PART II -GENERAL QUALIFICATIONS I (If a firm has branch offices. complete for each specific branch office seeking work.) 2A.FIRM(Or Branch Office)NAME 3.YR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER Baxter&Woodman, Inc. 1946 047569686 2B.STREET 5. OWNERSHIP 1601 Forum Place,Suite 400 A TYPE 2C.CITY 2D.STATE 2E ZIPCODE Corporation West Palm Beach FL 33401 B.SMALL BUSINESS STATUS 6A POINT OF CONTACT NAME AND TITLE N/A Rebecca Travis, PE, ENV SP, Executive Vice President 7 NAME OF FIRM(If block 2a is a branch office) 6B TELEPHONE NUMBER 6C.E-MAIL ADDRESS Baxter&Woodman,Inc. 561-425-7715 rtravis@baxterwoodman.com 8k FORMER FIRM NAME(S)(If any) 88 YR ESTABLISHED BC UNIQUE ENTITY IDENTIFIER Mathews Consulting,Inc. 1998 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function c.No.of Employees a Profile C.Revenue Index Code b.Discipline b.Experience Number (1)FIRM (2)BRANCH Code (see below) 02 Administrative 41 1 Al2 Automation,Controls,Instrumentation 7 08 CADD Technician 15 1 B02 Bridges 3 12 Civil Engineer 61 2 C13 Computer Facilities&Service 6 15 Construction Inspector 36 1 C14 Conservation& Resource Mgt. 4 16 Construction Manager 10 C15 Construction Mgt. 7 21 Electrical Engineer 39 E03 Electrical Studies& Design 2 23 Environmental Engineer 47 E1O Environ.&Natural Resource Mapping 3 29 GIS Specialist 13 G04 Geographic Information Systems 3 38 Land Surveyor 6 103 Industrial Waste Treatment 3 42 Mechanical Engineer 1 SO4 Sewage Collection,Treatment Disposal 7 57 Structural Engineer 3 S09 Structural Design&Special Studies 2 58 Technical 35 X13 Stormwater Handling/Facilities 5 60 Transportation Engineer 39 4 T03 Traffic&Transportation Eng. 8 62 Water Resource Engineer 29 3 T04 Topographic Surveying 3 OTHER EMPLOYEES 23 2 W02 WaterResources,l-tydrology,GrormdWater 5 Total 398 15 W03 Water Supply,Treatment,Distribution 7 11. ANNUAL AVERAGE PROFESSIONAL I PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less Than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 9 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 9 5. $1 million to less than$2 million 10.$50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. A SIGNATURE B.DATE March 20,2025 C.NAME AND TITLE Rebecca Travis, PE, ENV SP, Executive Vice President BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 40 1. SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ#PWE25-009 PART II - GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER Ritzel-Mason, Inc. 2018 043708208 2b. STREET 5. OWNERSHIP 5330 Van Buren Road, Delray Beach, Florida 33484 a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE S-Corporation Delray Beach FL 33484 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE PBC SBE Dennis Ritzel, PSM 7. NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER 6c. EMAIL ADDRESS 786-472-0358 dennis@ritzel-mason.com 8a. FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER Mason &Associates Surveying and Mapping, Inc. 2018 10. PROFILE OF FIRM'S EXPERIENCE 9. EMPLOYEES BY DISCIPLINE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.Number of Employees a Profile c.Revenue Index Code (1)FIRM (2)BRANCH Code fsee below) 02 Administrative 2 2 38 Land Surveyor 31 31 Other Employees Total 33 33 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than $10 million a.Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non Federal Work 6 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 6 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE �-- 2/18/2025 c.NAME AND TITLE Dennis Ritzel, PSM BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 41 1. SOLICITATION NUMBER(ira'iy) SEC ARCHITECT - ENGINEER QUALIFICATIONS PART II—GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4. DUNS NUMBER Smith Engineering Consultants, Inc. 1999 079572215 2b. STREET 5.OWNERSHIP 2161 Palm Beach Lakes Blvd.,Suite 312 a.TYPE 2c. CITY 2d. STATE Corporation West Palm Beach FL 33409 b.SMALL BUSINESS STATUS City of WPB,Palm Beach County,SFWMD, 6a POINT OF CONTACT NAME AND TITLE FDOT,Broward County CBE Larry M.Smith, P.E., President 7 NAME OF FIRM(if block 2a ss a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (561)616-3911 Tarryftsmithengineeringconsultants.com 8a.FORMER FIRM NAME(S)(If any) Sb.YR.ESTABLISHED ( 8c.DUNS NUMBER 9 EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function c No.of Employees a.Profile c.Revenue Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Index Number (see below) 02 Administrative 1 A05 Airports;Navaids;Airport Lighting 1 08 CADD Technician 4 C18 Cost Estimating 1 21 Electrical Engineer 2 D03 Desalinization 1 42 Mechanical Engineer 1 E03 Electrical Studies and Design 1 15 Construction Inspector 1 H04 Heating;Ventilating;Air Conditioning 1 L06 Lighting(Exteriors,Streets:Memorials: 1 P07 Plumbing&Piping Design 1 P12 Power Generation,Transmission, Dist 1 S13 Storm Water Handling&Facilities 1 Al2 Automation;Controls;Instrumentation 1 C04 Chemical Processing&Storage 1 B02 Bridges 1 CO8 Codes;Standards,Ordinances 1 C17 Corrosion Control;Catholic Protection; 1 D04 Design-Build—Preparation of Requests for 1 F03 Fire Protection 1 F05 Forensic Engineering 1 SO4 Sewage Collection,Treatment and Disposal 1 S07 Solid Wastes;Incineration;Landfill 1 H07 Highways;Streets;Airfield Paving;Parking 1 Other Employees 0 W03 Water Supply;Treatment and Distribution 1 Total 9 R04 Recreation Facilities(Parks,Marinas,Etc.) 1 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than 5100,000 6. 52 million to less than$5 million (Insert revenue index number shown at right) 2. 5100,000 to less than$250,000 7 55 million to less than$10 million a.Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. 5500,000 to less than$1 million 9. 525 million to less than$50 million b.Non-Federal Work 5 5. $1 million to less than$2 million 10.550 million or greater c.Total Work 5 12.AUTHORIZED REPRESENTATIVE I he foregoing is a statement of facts a. SIGNATURE ) b. DATE N.,y‘g.;, --"' 03/20/2025 c NAME AND TITLE Larry M Smith,P E./President BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 42 ARCHITECT-ENGINEER QUALIFICATIONS IYe PART II -GENERAL QUALIFICATIONS (II a firm has branch offices complete for each specific branch ofhce ser ny work) PACIFICA 2a.FIRM(or Branch Office)NAME 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER �`Es4Q�nn`Wh Pacifica Engineering Services, LLC 2017 08-111-8298 2b STREET 5 OWNERSHIP 601 N Congress Avenue-Suite 303 a.TYPE 2c CITY 2d.STATE 2e.ZIP CODE LLC Delray Beach FL 33445 b.SMALL BUSINESS STATUS 6.3.POINT OF CONTACT NAME AND TITLE ACTIVE Wesley Foster, P.E. —President and Principal Engineer 7 NAME OF FIRM (If block 2a is a branch office) lib.TELEPHONE NUMBER 6c E-MAIL ADDRESS 561-693-8093 wesley.foster©pacificaes.com 8a.FORMER FIRM NAME(S) Of any) 8b.YR.ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER 9 EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function c No of Employees c Revenue Index CodeProf b Discipline (1)FIRM (2)BRANCH a Codele b.Expenence Number (see below) 02 Administrative 5 T02 Testing&Inspection Services 6 58 Technician/Analyst 20 S05 Soils&Geologic Studies, 4 Foundations 12 Civil Engineer 5 15 Construction Inspector 18 48 Project Manager 6 27 Foundation/Geotechnical 3 Engineer 55 Soils Engineer 3 Total 52 6 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than$100,000 6 $2 million to less than$5 million 2. $100,000 to less than$250,000 7 $5 million to less than$10 million a. Federal Work 4 3 $250,000 to less than$500,000 8 $10 million to less than$25 million b.Non-Federal Work 6 4. $500,000 to less than$1 million 9 $25 million to less than$50 million c Total Work 6 5. $1 million to less than$2 million 10.$50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts a.SIGNATURE ^ b DATE February 24,2025 c NAME AND TITLE L Wesley C. Foster, P.E, President and Principal Engineer BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 43 ARCHITECT-ENGINEER QUALIFICATIONS s3u:174.71 f1NUMBEa(ifony) RFQ No.:PWE25-009 PART II-GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work) 2. FIRM for&ancl,Circe 1 NAME 3 YEARESTABLLSHED 4. UNIQUE EUTWTY IDENTIFIER Cyriacks Environmental Consulting Services.Inc. 2003 MZO9NKMLJJM1 2b STREET 5. OWNERSHIP 3001 SW 15th Sheet,Suite B a*YAE 2c CRY 2d STATE Qe ZIP CODE S Corporation Deerfield Beach FL 33442 b SMALL BUSINESS STATUS 6e. POINT OF CONTACT NAME AND TITLE 541620 Wendy Cyriacks,President 7 NAME OF FIRM(If Block 2iva&archOffice/ 6b TELEPHONE NUMBER 5c EMAIL ADDRESS 954-571-0290 wc@cecosenvironrnental.com Ba FORMER FIRM NAMES) If any) 80 YEAR ESTABLISHED 8c UNIQUE ENTITY IDENTIFIER 9 EMPLOYEES BY DISCIPLINE 10 PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function b Discipline c Number of Employees a Profile b Expenence c Revenue index Code (1)FrRsn (2)BRANCH Code Number 02 Administrative 2 E01 Ecological&Arch Investigations 2 07 Biologist 4 E09 Env Impact Studies,Assessments 1 23 Environmental Engineer 1 E10 Env& Natural Resource Mapping 4 24 Environmental Scientist 1 E11 Env Planning 1 G04 GIS (Analysis,Data Collections) 1 Other Employees Total 8 I I ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM 1 Less than$100,000 6 52 million to less than 55 million FOR LAST 3 YEARS 2 5100,000 to less than$250.000 7 55 million to less than 510 million (Insert revenue index number shown at right) 3 $250,000 to less than$500.000 8 $10 million to less than$25 million a Federal Work 4 5500.000 to less than$I million 9 $25 million to less than 550 million 3 5 $1 million to less than$2 million 10 550 million or greater b Non-Federal Work 4 C.Total Work 5 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts a StONATURE r ' ,J q., 0b DATEiVe/fey ,. 2/20/2025 NAME a NAANnME Wendy Cyriacks,President BAXTER WOODMAN STANDARD FORM 330 (REV. 7/2021) PAGE 44 C. Certified Small and Minority Business Enterprises Baxter & Woodman, Inc. is not a Certified Small or Minority Business Enterprise as defined by the Florida Small and Minority Business Assistance Act. We have teamed with the following Small and Minority Businesses: SUiaGONSUI.TANT HItiO•Mestn,Int. Survey&SUE Ritzel-Mason is a Palm Beach County-based professional services firm specializing In a comprehensive range of survey and mapping solutions, ` backed by 55 years of combined employee experience.Areas of expertise -MASON include subsurface utility engineering(SUE),topographic,boundary,right- of-way mapping,drone photography,construction layout,laser scanning, and both conventional and GPS surveying.Adhering to ASCE 38 standards for SUE, Ritzel-Mason utilizes advanced technologies such as Ground Yes Penetrating Radar(GPR),Radio Detection locators,and vacuum excavation SBE equipment As a certified Small Business Enterprise (SBE) with Palm Beach County,FDOT,SFWMD,and other agencies,Ritzel-Mason provides responsive, high-quality service tailored to meet each client's specific needs. Directors Dennis Ritzel, PSM, El, and Clyde Mason II, PSM, bring extensive technical knowledge,field experience,and a hands-on approach, ensuring projects are completed on time and within budget through strong client relationships and strategic resource management. Stnilimrnlg Electrical Engineering Smith Engineering Consultants, Inc. (SEC) is an electrical engineering firm specializing in professional services for civil engineering projects, SESmith Engineering including new construction and renovations of aging facilities.With over Consultants,Inc. 20 years of experience,SEC provides planning,design,cost estimating,and construction phase services,consistently delivering cost-effective,timely solutions. SEC offers expertise in power generation, low and medium- voltage power distribution, electrical systems analysis (short-circuit coordination, arc-flash, and power quality), fire alarm, security, HVAC yes controls,SCADA and HMI automation,indoor,outdoor,and street lighting, SBE and LEED projects. The firm specializes in municipal projects such as roadway lighting,water and wastewater treatment plants,pump stations, wells,stormwater pump stations,and sports field lighting,including design for conventional, decorative, and high mast systems. SEC is a certified small business with Palm Beach County,the City of West Palm Beach,and other agencies. Services include conceptual design documents, utility coordination,detailed design drawings and specifications,bid evaluations, shop drawing reviews, and construction management, Including observation,start-up,and testing assistance. Baxter& Woodman, Inc. C.Certified Minority Business Enterprise•45 SUBCONSULTANT SPECIALTY BE V(N ',oaks E Geotechnical Engineering SpMUiflns,l Pacifica Engineering Services,LLC(PACIFICA) is a full-service consulting engineering firm based in Florida,offering a wide range of services including environmental pre-purchase assessments, geotechnical engineering, construction materials testing, non-destructive testing, private provider PACT TICA . inspections,plan review,and threshold building inspections. PACIFICA is (1ENGINEIRI M) a certified Minority Business Enterprise (MBE), Disadvantaged Business '- $r RVICIS Enterprise(DBE),and Small Business Enterprise(SBE),with certifications from the State of Florida, FDOT, and Miami-Dade County Equipped with Yes state-of-the-art,calibrated lab and field equipment, PACIFICA's materials SBE/MBE laboratory undergoes regular audits by FDOT and CMEC, supported by a dedicated quality control team.The firm's staff includes 2 Registered Special Inspectors,20 Florida Standard Inspectors, and 20 ICC Certified Inspectors,ensuring responsiveness to client needs,including night and weekend work and simultaneous inspections. PACIFICA has extensive experience providing Construction Materials Testing and Threshold Inspections for local municipalities and is actively working on projects within the region. Accompanying Certifications: Ritzel-Mason, Inc.: Mach 11,1022 Panel Mason Inc Attmam Dennis Rata) UMW/ 5119 Beechwood Rd aw0ethwa3099elmalt Denny Beach.FL 33484 waeeatMtwere.9Me2H .w.+w sal to suns Deo Mr.R,t1>a yt.S t4ee0 ""eeeip••"'•"s• The palm Beach Counry Office of Equal Bounass Opportunity(OEBO)has comphced m renew of your applxenon and docomems and is pleased to announce that your firm hes been re-canted for OE60 • 92033-M.ppso Servers,Digitated,C autography • 92384-Sors-eee,Services,Land • 84291-Utility Locator Sort,,.Nai6ergronnd) eiow Drs taw, Soma steam, ;0;MBwmllunrrns Eent rr(aSllBBEu)fnao shs rEte3r)pyne (SBTT4 ____ omAadparia1ti0o90, If you bid in another am Enclosed is your certificate .err was.to'..•. You:firm shall be noblest to the prosisioas of the palm Beath County pair N,•,,, purchasing Ordinance and all State and Federal laws relating to the ww n cu aasaon of business -,..• Wp•^• This cemficanon entitles you to pacncspme n contrasting opportunities ,,,,,-«M•... when the products and seances offered by yam firm are bang considered for bid As en additional service to your fun you will be included a the Palm Beach County Directory of tented S)SQBE firms If you wish to have your firm's hassle clanged plea canna our office at(561)616- 6840 fe"vsdloaor'a'• Yom company's ceranistion is subyect to penodre renew to nasty yam +••••'+ •e•• consumed elipbduy. Any changes von repot to any Camp Depar®entDns uusa mast also be reported to OEBO Your company same and sendot code muss be the same in both Purchasing lad OEBO Failure to maintain your firm as arced...with S M-' BE requirements surnamed in the palm Beach County Code m fail%%to report chops m the stens of youfirm may result n your fooi ben.decertified Remember whenever yaa respond to e County Ind you most do to under the name of 1Lted Mason,Lm.wok vendor code\'50900011920 ..u«.'..w..,,.. t�.—..,,%..•w..- 5ucaaly. Angela Smith Small Business Development Specsalut III Baxter& Woodman, Inc. C.Certified Minority Business Enterprise• 46 Smith Engineering Consultants,Inc.(SEC): 01,272025 hr y++ Larry Snail •`aetii Smeh lig Conoid of Inc. 2161 Palm Beach Lakes Blvd Se.S-312 t11� 0.'n Paha Beach FL 33409 .,.. Dear Lay Seth 146..Itwtormat The Palm Beach County Office ofEqual Bearnic.Opportunity(OIDO)ha completed �... .„... es mimic of you eppiscabtn and dominate:and a pleased to announce that your fun nes era.., has been recaufied for. men tkr,..t. 9253130-Electrical f_T' 91842-Fapweing CeasultLg 92567-Mechanical Engine..ng eimarmemie a Small Berm ead Emmpme(SBE)1m three(3)year.coming fanners- 1 26,202E.Yea teal not metre Small Bosoms Enteelate(SBE)con idermon Jyou ted m another area Enclosed is your certificate Your foul ball be'ailment so the pros ;of the Paha Beach Canty wsa ionone Cm., Pucha:mg Oninunce and all State Staand Federal 1aa..mthe to transaction of Ye/MOM., bine::. oreememem rte<u.e.i um. Thr.ce,mti fca ,.mink:you to poncgaano e mcoacong o r,ornoirwhen the products and mama offered be your Ern are being conadered for bid e.:aa..t.news' AL.an additional grain*to yon boa you all be melded m the Palm Beach s••'a County Dilatory of certified S7.I11BE than Ifyou nth to have you firm',hams r„r..... changed plea-.*contact our office at(561)6166840. wetlM""1e1i1 Yam 'certification baa)': 'abject bperiodic maeabvaJy-poor cmtaaed nee nem ehnbslfy.Aoy the gen you teyat no any Comfy 161e.h..,L Depanoene.'Dmvon mint alio be reported to OEBO.You mammy name and aendm code must be the mine en both Purchasing and OEBO.Failure to mamtam you ban m aocadame oath SAI'0.BE,pavements connoted to the Palm Beach Corney Code or failure to moo changes m the satin of raM e/Mrrwr yam Lem may,each in you fain being decertified Remember.whenever yon »�.es-„ respond to a County bed you tont do so under the name of Sarah Engiseee g Conseka.e lac.diva wadi vendor code SMIT0I74. Sm aeh. Allen Croy.Manane, • eemerrereale *,..r.aa.gre 'wemea,nageaaeo.r a�. • Palm Beach County • Office of Equal Business Opportunity Certifies That Smith Engineering Consultants Inc. • Vendor#SMIT0174 Is a Small Business Enterprise(SBE)as prescraed by section 2-80.21-2.80 30 of the Palm Beach County Code for a three year period front January 27,2025 to January 26,2028 The fopowing services and/or products are covered under this certification Electrical Engineering;Engineering Consulting;Mechanical Engineering • a- y • t Fad=&mit carr 1te.NalOr,o.tWs..a 6 JJ Herd a.es Woodward • r oatto� r Baxter& Woodman, Inc. C.Certified Minority Business Enterprise•47 Pacifica Engineering Solutions, LLC: MIANIDAU6 °lbeeol Snail Bur ,r,,Darr'opulent . tr,.oidror.04 Orroba 9.2024 Welles-Fowl Pacifica F..T..for Ser o et.LLC 601 N Compass Meow See 303 Deas Bach.Fl 33445 Approval Deed Aapst 31,2924 srap BesSess Enterprise-A.chirer meal&Eo iaeerieg(SBE-A&E) E a-err nae:Aapst 31,2921 Des Raley Fors Sham-Dade Carry Office of Small Business Development(580).has completed the mien of your appbuion and attachments stafmmnd for unifica0on You firm t officially certified as a Miatm-Dade Coaly Seal Bossiness Enters se The Small Rm.."Enaspnse(SBE)programs are poi eyed by Semen 2-1 1 1.1 1:2-E 1.1.1.2:2-10 4 01; 1033.02 of bfumo-Dade Cowry's Codes This Small Business Enterprise-Arclutectmal&FaFseat. (SBE-ASE) outdrawn ss raid foe three(3)yeas Hamra to validate coag ehpb.2.SOD may condom random audn(s) within the three(3)yes cem&uea.pard Fagan to preside respired docamautio•for•exudes add tam senate the dererhtcenoa process Ar the rine of et➢annon your firm will skean a R..eraficeboe Appbcaoon it hast one hundred and nary(1 B0)days.. ben not less than.emery(90)dreg,prior to the ad of the three(3)year omoH<aaoa tam via the Comrya sera-based system Besmess ManagmentUbtkfmn System(EMIR'S)This all eases sufficient mese fa process by SBD Faders to provide lW recabficatia applicators and reamed sapporeag derearotam•real saute the dererefiratw process. If at say time there u a=renal to Mnemes;sour we<home m the term mclodmlbut not/muted to.owwerslup.officers, director scope of work bend pint rd dun operates affilmoms(r)ash otter bostnasses or the phsural lagoon of the firm)se mut notify this office within Merry(30)calendar dad of the effectso dose of the chaap(s)iia alae BMWS Nmfiemon should iodide supporSag dome ma lan YOU will receive timely msou-nom from sloe office as to hos you should proceed el reveal-Fadare to noddy 58D of ay class nus retell u amedure green to decertify the fir: This tette all be doe ooh appaocal aaohcattoo issued for the<mma of you-Cams dree-.sae reanimate.If the Cum sums padoaom or becomes mebgcble drama the dine-year re ed:are loo period you all be properly notified Sollowvr, m adanmoaame process dor your trm's remficmau bas been removed ed pmsrmat to the code Yat firm's name and tier Incl all be hued in doe derectoay for all SHE certified fume,witch can be accessed through Miran-Dade Cowls SBD aebsia hras.'anrr.mmudade pr;.globs business smallbm:a sloame sure The coupon as lured below affords ase the opportune).to bed and pamapare on column rack Small Brumes Enterprise masons It a smugly recommended that you repute your firm as a bidder nob Store-Dade Com.To tepser you ma.inn freer waw res..n dere piak_plasjoaotiste TLmk you foe your merest m doing busmess with Mama-Dade Comfy if you Wee my quesmas c cea cess.you may contact our office at 305-375-3111 or vie email e oleGtolantilladISILTIS Smuaely. kens tent Swam art Small Bmmess Developorear M AM DADE COUNTY°UBLIC SC`1OOS 41) Minority/Women Business =nterprise(MWBE)Certificate TWS CERTIFIES THAT PacifCaEntneeringSe-vice: L C IS OWNED AND CONTROLLED BY 4(M) A R CAN AM R:CAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 Asguu 9,2024 August 9.2027 652247 Ifarre Dote Erplraaror.Due vendor No (1�r i114. Me Reimers am PYmaned your en has been oned •� I*&91113 ASBESTOS CONSULT WG Or.Linda A Anteallntrp MTI 92SMC GE MEOW&DIGI0EEI0NG Aaaelura Superiniendiet Equity&DYt%ny POOP 9251&INSPECTMG•STRUCTURAL ENGWEERWG Mut at[condi.Opportnly MW 9215&LEAD ASO ASBESTOS INSPECTION SERNCOS muses-omit County Public Setae NIO9B97Sr SOI.SAMPLING AND PREPARATION SERVICES 1410 NL ad AYatua•Sure 420 MO 9023*CONCRETE TEEING SUNICfS Mums porde 33132 Baxter& Woodman, Inc. C.Certified Minority Business Enterprise•48 D. Offeror's Qualifications a. Proof of authorization (SUNBIZ)from the Florida Secretary of State to transact business in the State from prime and supporting firms. 1),,,,,,...-.! lilt DIVISION of ,5141Z CORPOR;A l u l N S, ..5/04IZ CORPORATIONS ____ ��--.-- ,1.7,p :.Vm.of/mnm O..NNle Neti 'a le+ I.ZLQ_1u1 4.Ilcui1:, Harer6WMY.n 1 w.a11c tet t$W.13 LM RSM9%4L11 AWw-... Lm: NM Now Notary EINV Nun lM. Detail by Entity Name Detail by Emity Name •«.201 hp.CONNX4Oon ram 0.ON Capo'rnn SAM EN0NWO0.WO INC RIT77i llAiON INC F9ina IMointation HON Information D octntrt N•ne0. r 000302000/ 000000403 Numb*. 01110000623r5 0111141.000.0.c 36 245262 MEIN Numbs. 61126976E 000 Foe 06022016 C..0,Y4 0),167014 WYY L 61100000 000 06019019 SIMS Actror Sun F6 um Even AMENDMENT mONn AC RA W 0.N0010 Moe 0016016 Lau 1044 AOLNWFM 1V4nt 91000.000. NON! Vow Data Sago •2‘22'2020 1.1013020L1104116 Ivo.*Voce.en ion 00)5 Ill :LFt.D 040243 Pnn01p/1 9000004 CRVMN.620E w 60012 0370 Van 161arn Ne W1 0400,900*00 33464 DRIS,Is a! DIVISION of 5/0441zCORPORATIONS 0 r CORPORATIONS ,---z-------.. ......----z.....--1 M oDrnal SWn f e;i.... 20 ,fl o,- <� ¢>'^.,L. ,3'-%�::�t• ata Ety00.Y1001w4r li - 'N"2tY_l"1.. - 00t.100naIr.Y.y000V0. NO E0nts No Wma 0111010 t'1., 100 Mate History Detail by Entity Name Detail by Entity Name 1Iona 190.t:UpccOan 06.0 UNNeo Mip.)CO6'ean. Stan.tNOAa'F RING CONAnT400$II.;. RACIFICA ENOHEER.00 SERVICES 46C Dembfaaaatim Blee baguets") 000wMoollimber 0940*40083 D60..OWNS.SS! 114030040 MINI WNW 6002420 tO1111NNIMo4r 12.7508304 000 note 0600'1909 Mete Rif OS 17•202 ENwtne Dolt 0001109 Dor I0 Stn It MOO AC062 MIMa ACTIV! Last Nod IC AARNOIfNT Pthowl AO6lRSa Ewe oars NNW 09OS7.71r 2161 M160 MAUI LANES BLVD NOIR 1900401 Dila NONE Bunn 302 Prinde.l Aed1RW NEST HUY MAGI FI 33109 000 601 N CONGRESS AVE SIT 303 IRI RAV IPACN Pt 3341$ D.Offeror's Qualifications•49 I D. Offeror's Qualifications b. -f.are described in the following pages. Project Approach This section provides Baxter & Woodman's project approach that results in quality work products that meet technical and regulatory requirements and provide you,the City of Boynton Beach,value engineered designs and "CITY OF BOYNTO N constructed improvements, that address flood control, infrastructure and roadway improvement, sustainability and resiliency. We also describe the BEACH company project controls that are implemented for all projects. The City will benefit from our vast Our project approach will provide the City of Boynton Beach, with quality experience,regulatory knowledge, Design and Construction engineering services at cost effective rates to and professional reputation;providing meet budget requirements,while meeting project deadlines. the most cost-effective engineering services based upon the following: Project Understanding • Streamlined operations to implement Baxter & Woodman understands the City of Boynton Beach requires projects efficiently. engineering, environmental and construction services from a top tier • Cost-effective engineering rates. consultant that has the local expertise combined with the resources that • Strong our company, as a whole,can provide. Baxter& Woodman has extensive minimal changeA/QC o approach results h in orders and schedule experience designing and administering the construction of large and delays. small neighborhood improvement projects in South Florida. • Highly experienced in the design and Baxter & Woodman understands that the City of Boynton Beach is construction of roadways,stormwater extremely sensitive to the needs of its residents and businesses and is improvements,sidewalks,lift stations, also cognizant of the challenges the City faces in the future with Sea water and wastewater systems,and Level Rise impacts as well as the need to treat stormwater runoff before pipelines. it reaches our canals, estuaries and beaches. Baxter & Woodman staff • Experienced in meeting schedules for have designed several ambitious water quality improvement projects fast-track projects. including bioswales, pervious pavement, rain gardens, alum treatment • Strong understanding of the local and applications of nutrient absorption media. regulatory environment with our • working relationship with regulatory Chapel Hill experienced a significant amount of rainfall from September agencies. 25 to October 24, 2020 (approximately 25 inches with 4.57 inches • occuring within a 7.5-hour duration on October 24) that caused street sapplication and compliance assistance. flooding due to the oversaturation of the existing soils and insufficient capacity in the existing stormwater system to convey the volume of • Maintain continuity of project staff rainfall that was experienced. Review of li ht detection and throughout duration of the project. ran in 9 g� g (LiDAR)data indicates that the Chapel Hill community is located within a Readily accessible to service you at a trough between the higher elevations of State Road 1-95 to the west and moment's notice. Seacrest Boulevard to the east. • Fully staffed and experienced Construction Management Prior to the flooding event, the City of Boynton Beach developed the Department. Flood Mitigation Plan (FMP) where stakeholder committee meetings were conducted in 2019 and 2020. On October 6, 2020 the FMP was approved and identified Chapel Hill as a neighborhood prone to flooding. The City completed a stormwater preliminary design report to identify the issues, possible solutions and costs to resolve the flooding issues in 2021, Baxter & Woodman has reviewed the report and has the expertise to execute the recommended solutions. However, Baxter & Woodman will also perform a more in-depth analysis of the project site to ultimately confirm or improve upon the recommendations from the 2021 report. Baxter& Woodman, Inc. D.Offeror's Qualifications• 50 It is understood that the City requires the qualified firm to assist in the construction management and inspection services. Baxter&Woodman has performed construction management and inspection services on numerous City of Boynton Beach projects as well as for many of our other South Florida clients. We also understand that the City requires assistance in identifying funding sources for this project (i.e., grants and loans). Baxter&Woodman has performed grant assistance as well, helping our clients find the money, maintain the documentation and certifying projects to meet the funding requirements. Project Management Philosophy Development of a sound approach and methodology iRebecca Travis, PE, ENV SP is of primary importance for the completion of projects Principal-in-Charge in a timely and cost-effective manner.The Department J, Project Director I 561-425-7715 Managers of Baxter & Woodman's project team are involved in all facets of projects, which confirms that full attention is paid to every work assignment. We Jeff Hiscock, PE place a high emphasis on "getting the job done right." The success of this philosophy is evidenced by the The Department Manager repeat business that we have received from our current Project Manager 561-425-7760 clients. The overall contract will be administered by our Sira "Jockey" Prinyavivatkul, PE Authorized Representative Rebecca Travis,PE,who has Water/Wastewater Department Manager the direct authority to commit the resources as required Utilities Project Manager I 561-425-7718 for the successful completion of this project. Rebecca will be responsible for maintaining full knowledge of all aspects of each project and will communicate directly to the City of Boynton Beach leadership. - Eric Rush, PE This project will be managed by Stormwater • Construction Project Manager 561-425-61 Department Manager Jeff Hiscock, PE who has extensive experience in designing and managing stormwater, roadway, water quality treatment, sea level rise, and resiliency type projects. Jeff will be responsible for the daily administration and coordination of work with the City of Boynton Beach staff and will manage the design team. Jeffrey will be aided by our Water and Wastewater Department Manager, Sira "Jockey"Prinyavivatkul, PE with his team of utility engineers. Jockey also serves as the Production Manager in the West Palm Beach office and will confirm that industry standards and applicable federal requirements are adhered to when preparing contract drawings and specifications. Once the project goes into construction, our Construction Manager Eric Rush, PE, will act as Project Manager with full support of all staff who were involved in design. All project managers will communicate with Rebecca Travis on a daily basis to coordinate tasks. Our project management framework results in direct lines of communication and responsibility and allows for simple, but effective, project coordination. Project Budget Control Project Design Budget and Schedule At Baxter & Woodman, we pride ourselves on producing high quality, cost-effective projects. This begins with having a scope development meeting with the City, design team, and stakeholders to identify the objective and expectation for the project.Once a project is under contract, Baxter& Woodman will utilize Baxter& Woodman, Inc. D.Offeror's Qualifications• 51 Deltek Vantagepoint software for project management.Deltek Vantagepoint provides our Project Managers the ability to budget and schedule staff hours effectively between multiple projects to avoid overlapping of resources and delays in submitting deliverables. In addition, Baxter & Woodman performs weekly project progress meetings to discuss project needs and identify resources. The old saying, "Time is Money," is a mantra Baxter & Woodman staff live by. Maintaining project schedules is a key to maintaining project budgets. Baxter & Woodman will execute the design services by following the City's design standards and Federal and State requirements while identifying the most cost-effective solutions with the most cost-effective materials meeting the project requirements. We develop and review cost estimates during planning, preliminary, and final design stages of a project. Back-checking cost estimates at each stage allows us to verify there has not been "budget creep" resulting from project enhancements. Value engineering is also performed at each design stage to further manage and control construction costs. This extra attention to budget control confirms our engineers'estimates of final construction cost will be as accurate as possible. At the 90% stage completion, our Construction Project Manager will perform a constructability review of the Contract Documents. Having a construction professional perform the constructability review assists in further reducing contractor opportunities for change orders. Their experience can identify conditions that could be issues for a contractor to construct the proposed work without requesting a change order for additional time or fees. Project Construction Budgets Baxter&Woodman Construction Managers have decades of experience in the industry in South Florida and have worked with a number of the typical general contractors that perform municipal project construction. This experience allows our Construction Managers to be prepared for what to expect from the general contractor before the project begins. Construction change orders are minimized by having accurate and complete design drawings and specifications. We routinely receive compliments from contractors and material suppliers regarding the thoroughness of our construction contract plans.Evidence of this is further indicated by the tight grouping of construction bids our clients receive on projects.The thoroughness and accuracy of these construction documents result in savings to our clients for two reasons: Lower Construction Bids Minimal Change Orders The construction bids are lo.:er because the Change Orders are minimized because the contractors do not build in risk factors due to documents show the requirements and the unknown conditions or requirements. contractors cannot claim conflicts or the need for additional work. Construction budgets are also tied to the contractor's schedule. Our Construction Managers will evaluate contractor's project schedules on a regular basis as discussed under the section"Construction Administration and Resident Project Representative."In addition,Baxter&Woodman's Construction Manager will scrutinize contractor pay applications with the Resident Project Representative to confirm quantities being requested for payment are true and accurate. Contractors are required to submit a record drawing progress set with each pay application. The Resident Project Representative will review the record drawings and compare that to his daily notes from the field to confirm quantities and prevent overpayment to the contractor. Baxter& Woodman, Inc. D.Offeror's Qualifications-52 Grant/Loan Assistance and Compliance Baxter&Woodman has extensive experience in Grant and Loan assistance and compliance, successfully securing and managing funding for various ••► infrastructure projects: cFunding • FDEP Resilient Florida Grant Program-SLR Vulnerability Assessments(Lantana,Gulf `�o u rces Stream&Wilton Manors) • American Rescue Plan(ARPA) *• FDEP Resilient FloridaProgram • FDOT Local Agency Program (LAP) (Roadway, Utilities - Delray Beach, Lake Worth orida Grant Beach) • Florida Commerce Environmental • American Rescue Plan (ARPA) (Water Treatment Plant, Water Main, Lift Stations Assessment Application Lantana) • FOOT Local Agency Program(LAP) • HUD Community Development Block Grant (CDBG) (Sidewalks, Roadway - Lake • FEMA Hazard Mitigation Worth Beach&Lantana,Southern Outfall Initiatives-Lake Park) HUD Community Development Block • State Revolving Fund(Water Main- Lake Worth Beach,Drainage- Pompano Beach, Grant(CDBG) Sewer-lining Highland Beach) State Revolving Loan • FEMA Hazard Mitigation Assistance- Damage Assessments(Atlantic Drive- Lantana, Codrington Drive-LBTS,Lakeside Gardens-Boynton Beach,Lake Shore Drive-Lake Park) The City has requested that respondents provide opinions regarding what grants or loans to target for this type of project. Though Baxter & Woodman has experience with all of the above programs, we have had great success assisting municipalities with Hazard Mitigation Grants(HMG)which would be very applicable to this project. In fact, we recently assisted the City with a modification of their HMG for the Lakeside Gardens project which successfully increased the grant amount. HMGs involve complex calculations to determine pre vs.post damages associated with flooding. We have also been heavily involved in performing SLR Vulnerability Assessments. The Resilient Florida Grant Program will be accepting grant applications starting in July for projects where City assets may be threatened by flooding.State Revolving Loans are also available. Project Delivery Plan Baxter & Woodman has a proven track record in providing services such as data collection, design, permitting, bidding, and construction administration/resident project representative (inspection) of municipal construction projects as well as performing studies,analyses, assessments, and reports. Our project delivery approach to these types of projects typically involves the following primary tasks: • Project Kick-Off • Permitting Services • Preliminary Design Services • Cost Estimations • Bidding Services • Resident Project Representative(RPR) • Data Collection/Survey Mapping/ • Utility&Agency Coordination • Final Design Services Geotechnical Investigation/SUE • Construction Administration • Grant Assistance Total Quality Assurance/Quality Control (QA/QC) is maintained throughout your project. Our approach for design, permitting, bidding and construction administration of projects is summarized below. Project Kick-Off Baxter & Woodman's team members will attend a notice to-proceed kick-off meeting with the primary objectives of developing a clear understanding of the scope of work and the key concerns of project Baxter& Woodman, Inc. D.Offeror's Qualifications •53 participants, obtaining relevant information that may be available from the City of Boynton Beach, and establishing proper communication between Baxter & Woodman's team and the City of Boynton Beach staff. Baxter& Woodman will provide the meeting agenda and minutes as well as conduct the meeting. Data Collection This task involves the collection of project specific data to be used in the design of municipal projects. GIS data, as-built drawings, previous reports, resident complaint logs, LiDAR, soils data, survey, subsurface utility engineering (SUE), etc. will be obtained and reviewed. It has been our experience that field data collection is vitally important in the design process to avoid surprises and change orders during construction. Topographic survey data is used in our plan view base drawings for which the design is built upon. Ritzel- Mason,the team surveyor and SUE, will obtain above ground features and obtainable underground utilities including storm and sanitary structures and pressure pipe valves. Survey will determine storm and sanitary sewer rim elevations, invert elevations, pipe sizes and materials. For pressure pipe, survey will collect top- of-nut elevations on the valves that will provide the depths to the top of pressure pipes. SUE will be performed in general accordance with ASCE Standard 38- 6. 02: Standard Guidelines for the Collection and Depiction of Existing t‘'-* Subsurface Utility Data to determine locations of harder to find utilities such as cable, electric, fiber optic, gas, etc. The utility owners will be • t... contacted to obtain available as-built drawings and GIS data. At the • 60 percent design stage vacuum excavation equipment will be used to perform test holes at locations as directed by Baxter & Woodman it* to physically identify utilities, determine material type, size and depth. The test holes can be performed to a depth of up to eight feet using high pressure air methods.Test holes provide the final field verification 2$ ,� * needed at specific locations critical to the design to avoid conflicts V with other utilities. Pacifica Engineering will perform subsurface investigations within the project limits that will include 10-foot to 15-foot deep standard penetration borings with pavement cores. Several percolation tests to determine the soil hydraulic conductivity will also be performed.The collected field data will be evaluated and presented in a geotechnical engineering report that will include: • Detailed graphical logs of the soil borings showing • Site preparation recommendations, the groundwater level and soil classifications. • Recommendations for design regarding • Results of exfiltration tests. excavation,trenching,pipeline installation,shoring • Results of the laboratory tests. requirements,fill and backfill,and compaction for • Pavement restoration recommendations. the proposed work. Preliminary Design This task involves reviewing the assumptions made in the Preliminary Design Report (PDR) prepared by CDM-Smith as they relate to the project area; evaluating the field data that was collected, reviewing the Existing Conditions Model (ECM) and the stormwater model scenarios presented in the PDR, developing preliminary site layouts for stormwater,water,wastewater and other improvements and providing the results and recommendations including an Engineer's Opinion of Probable Construction Costs in a more detailed Preliminary Design Report. D.Offeror's Qualifications•54 Storm water Approach 1_{, °u~ _� We are very familiar with this area ._ �"n f'= of Boynton Beach and it's 11 hydrology .i, having completed a drainage study 8>-. for the Town of Lantana to address flooding problems north of this project a in a development called Sea Pines. Seai 1 Pines was heavily impacted by the back- I. ack Legend / v / " to-back storm events that occurred in 2020, as referenced in the PDR. The uoa study determined that a weir at 1-95, near Ft,MVD Hypoluxo Road, had been constructed 'a ,N,23.n., r NMU9-N.7 with a crest elevation 1.5 feet higher than .,a. a� ;.,.,.s, N the design due to a datum error. Baxter& am IL""'•1/1 1S Woodman also recommended, designed -• F AS ,µ and oversaw the construction of a pump Igo . , ,a -. 17.12' l I J.1-17.7 station for the community. FDOT has 1$._ . . ,,, w, since modified their weir, "l 1i'7 I •- -o1 j.~ IF Al 193 - a na 4� .9 1r - MN ao-l s Baxter & Woodman has reviewed the - INIo0.12 previous PDR prepared byCDM-Smith �� 4. .71J R" P P ,i �::.537.9 and we are in agreement with the ff►,., 9.=... 1 m" �' approach of using exfiltration trenches to ,.�0 1 `" '' , a 0 400 '00FM msor. _ - r put runoff into the ground whereby taking i ,, , �- N. ~-; ,- .' advantage of the soils' ability to store and i ��. %J`►._Sr — — ' ' � percolate stormwater runoff. The project ]1 area is very similar to areas we have studied in the past characterized by coastal ridges and very little drainage infrastructure. Having recently completing a Stormwater Master Plan for Lantana, we are very familiar with the hydrology. As we have found in similar areas, the higher areas can offer a benefit to the lower areas where flooding could be present. Intercepting runoff from the higher areas and channeling it into exfiltration trenches, bioswales and swale restoration can not only improve water quality, but can also divert water from getting to the lower flood prone areas. Putting more water into the ground is also beneficial to water supply and slowing saltwater intrusion resulting from sea level rise. There are three alternatives presented in the previous PDR of which include exfiltration trenches. Alternative 1 includes a 190 cfs stormwater pumping station, Alternative 2 includes 1.5-acre stormwater pond and Alternative 3 include both the pump station and the pond, though the pump station capacity is reduced to 140 cfs.A fourth alternative was developed considering a modified Level of Service(LOS).This alternative is similar to Alternative 1,but with a reduced pump station capacity of 95 cfs.We concur that pump stations are an effective way to reduce flooding in low-lying trapped areas such as Chapel Hill.Our Project Manager Jeff Hiscock, PE, has designed 18 stormwater pumping stations in his career ranging from 10 cfs to 300 cfs with state-of-the-art controls and backup systems,as well as noise protection.The most recent pump station in 2022 for the Lake Shore Drive Drainage Improvement project was part of an award-winning design. D.Offeror's Qualifications •55 There are challenges associated with the above alternatives,which can be solved as described below: 1. A concern,which was raised by CDM-Smith,will be the allowable discharge rate that will be permitted by the South Florida Water Management District.The allowable discharge formula for the C-15 Basin is 70 CSM (cfs per square mile), which equates to 27 cfs for the entire basin area of 248 acres. However, since this is an existing area that was developed prior to the regulations,a pre-vs-post approach may be allowed to determine the discharge rate.Baxter&Woodman has performed such analyses with success demonstrating the discharge rates from existing areas can be very excessive via overland sheetflow.We are very familiar with PCSWMM software and the underlying EPA SWMM model that CDM-Smith used and can quickly determine the allowable discharge rate. 2.Working within FDOT's 1-95 corridor to construct a forcemain for the pump station may be difficult and may involve reconstructing the existing sound barrier depending on where FDOT would allow the forcemain to be placed. It may be advisable to consider another route, possibly along Sunset Road.The topographic ridges within Chapel Hill will need to be considered, however. A feasibility assessment should be performed with a cost benefit analysis of the most viable options. It should also be noted that based on the LiDAR information, some areas of Chapel Hill historically drained to the 1-95 corridor but were effectively cutoff when 1-95 was widened and the sound barrier wall was added. We have reviewed the SFWMD permit for this section of 1-95 and found that the design only included a small area of backyard drainage into their system. A modification of FDOT's drainage system to accept more flow via gravity could be considered which could reduce the size of the pump station. 3.The basin discharges stormwater to the LWDD E-4 Canal which discharges into Lake Ida. Lake Ida has been identified by FDEP as having impaired waters with a Waterbody Identification (WBID 3262A)and has a Total Mean Daily Load(TMDL)established to address nutrient loadings. Any new runoff introduced from Chapel Hill will need to meet nutrient limits.The inclusion of exfiltration trenches and possibly the detention pond will assist in this regard. Another consideration would be a bioswale located on a City owned tract (see figure) that could provide additional treatment and settling of nutrients. This would be similar to a project we recently completed for the Town of Lake Park, Lake Shore Drive Drainage Improvements which utilized a pump station for flood control and to also lift the water to higher ground where it would meander through a 0.5 acre bioswale. Baxter&Woodman shall verify the parameters used in the development of the ECM for the project area.We will evaluate the following data sets using GIS algorithms built by Baxter& Woodman: • Basin Delineation _ • Impervious Area - •- ---}- .� MJ • Soil Storage/ Infiltration -� _ • Times of Concentration (J ""' ) Eli 111110u. a1111.AIN • Hydraulic Reaches(from survey) • Exfiltration Trench Storage and 41110- Calculating Stage—Area Tables percolation rates Baxter& Woodman, Inc. D Offeror's Qualifications•56 Alternative model scenarios will be developed,run and compared to the ECM to determine the most effective stormwater design. We will also carefully consider the effects of Sea Level Rise(SLR). Considering that the life span of infrastructure can be several decades, it is important to consider improvements that will be needed in the long term and size the infrastructure appropriately to handle those needs. At this location, SLR will have more of an effect on the groundwater table elevation than on water levels in the canals,which would reduce the soils' ability to store water. Utilities Approach Baxter & Woodman understands that the purpose / . -• a� ' ° r of the Chapel Hill Drainage Improvement Project J is to provide a stormwater system to improve the is _ krzJ it! neighborhood'sabilitytostoreandconveyrainwater / 1.14Jr'.w:.s :� a II• to prevent the floodings that have occurred in i 5.,,;, .' ` w . INS., ttg recent years. Stormwater improvements often / • , a ' include the installation of stormwater inlet ,y s • • , nnr systems, regrading or reconstruction of roads, �41/L'U L �1` and regrading of swales. Baxter & Woodman / - Pu r^ believes in providing a complete, holistic approach ' to a neighborhood improvement project that • •. wr; , sr.-er includes the replacement of existing,aging utilities ,- .• L r , •ii) ..;• i _ infrastructure when the work would be adjacent '' ,,,, r - i; ;P w, ,41:d to stormwater or roadway improvements. This _ .�.VAN- z�s 11 minimizes costs for restoration in the future if ~ '' is ;r-' a Mj in J 1 .r� . f111••ra the City decides to replace utilities after the '. �i■ •4 stormwater and roadway improvements have been �. 4A661 completed. Baxter & Woodman has reviewed the . •Oil •1 ur:� i, Palm Beach County Property Appraiser website to investigate the age of the homes built to determine an approximate time period for when the infrastructure was constructed.The homes within the Chapel Hill project area were predominately built between the late 1960s and early 1980s. This therefore suggests that the potable water system and sanitary sewer system were in place in the 1960s. Record drawings were not provided by the City for review. Potable Water System The City's record drawings do not specify the material used in the Potable water mains built during the 1960s, but they were typically made of transite/asbestos cement(AC)pipe.AC pipe has an estimated service life of approximately 70 years, depending on environmental conditions.AC pipe becomes brittle and increasingly susceptible to breakage due to soil movement.The extensive construction of new stormwater systems and improved roadways for this project will generate vibrations that could potentially damage AC pipe. Baxter & Woodman recommends reviewing the City's record documents and conducting field investigations to identify the material of the existing water main. Once confirmed, identified AC pipe should be scheduled for replacement. The replacement of AC pipe can be performed using traditional construction methods by installing new potable water mains, with City-approved C900 Class 150 DR-18 polyvinyl chloride (PVC) pipes, placed adjacent to D.Offeror's Qualifications•57 the existing water mains. Given the brittle nature of AC pipe, the new water main should be positioned approximately 10 feet away from the AC pipe to prevent potential damage during ;�" construction.Once the new pipe is approved for service by the • Florida Department of Environmental Protection, the existing 3 �~"`� t' AC pipe will be abandoned in place and filled with grout. Another option for replacing AC pipe,which Baxter&Woodman } �' • 4 has successfully implemented on previous projects, is a trenchless technology known as pre-chlorinated pipe bursting. Pre-chlorinated pipe bursting involves assembling segments of high-density polyethylene(HDPE) pipe above ground, including pressure testing and chlorination, before installation. The contractor then uses the existing AC pipe as a pilot hole to pull the new HDPE pipe into position.A cone is attached to the end of the HDPE pipe that enters the AC pipe, breaking the existing pipe as a winch system pulls the HDPE pipe into place. The advantages of pre-chlorinated pipe bursting include: • Minimized Downtime for Potable Water Users: The pipe segments can be installed and brought back online within a few hours,as they are pressure- _ tested and chlorinated above ground before - installation. • Minimal Disruption to Above-Ground Improvements: This primarily trenchless technique reduces the need for extensive restoration, lowering both the impact and associated costs. • Uses the Same Alignment as the Existing Water Main for the New Installation: In established rights-of-way, there are often numerous buried utilities that can conflict with open-cut utility installation, requiring costly and time-consuming field adjustments. However,there are also drawbacks to pipe bursting: • The availability of qualified contractors to perform pipe bursting in South Florida is limited. • According to the City's June 2024 Utilities Engineering Design Handbook and Construction Standards for Boynton Beach Utilities, HDPE is not an approved material for potable water mains. • HDPE pipe requires specialized equipment and fittings for proper operation and maintenance. • Contractors who perform pipe bursting typically use HDPE pipe due to its flexibility, although the method can also be applied with PVC and ductile iron pipe(DIP). • Pipe bursting may limit the pool of potential contractors eligible to bid on the project. Baxter & Woodman possesses the expertise and knowledge to design the replacement of the existing potable water system using either traditional open-cut or pre-chlorinated pipe bursting methods,tailored to meet the City's budget and serviceability requirements. D.Offeror's Qualifications•58 Water mains must be a minimum diameter of 6 inches to We know that the City maintains a hydraulic accommodate fire hydrants in accordance with the current model of the potable water system.Baxter Florida Administrative Code 62-555.320(21)(b),which states: & Woodman has extensive expertise in hydraulic modeling software, including "(b) All new or altered piping, including treatment plant Bentley's WaterGems and WaterCAD, as process piping, and appurtenances conveying finished drinking water shall be designed and constructed in well as lnnovyz's lnfoWater. accordance with Sections 8.0 through 8.5 and 8.7through As part of this project, we will review the 8.11 in Recommended Standards for Water Works as hydraulic model to identify locations incorporated into Rule 62-555.330, F.A.C.,..." within the project area experiencing low pressures and assess potential solutions— The Recommended Standards for Water Works, under Pipe typically involving the replacement of Diameter states: existing potable water pipes with larger "The minimum size of water main which provides for fire diameter pipes. protection and serving fire hydrants shall be six (6) inch diameter." D01 Water mains four inches and smaller may be used at the terminal ends of potable water r O distribution systems (fire hydrants cannot be connected to these mains) to minimize water aging and maintain water quality,thereby reducing the need for periodic flushing. Baxter& Woodman will review the locations of existing fire hydrants to confirm compliance with the City's latest Code of Ordinances, Section 9-10,"Fire Hydrants and Fire Department Connections,"which states: "(e) Fire hydrants shall be located at the main entrance to any development and every five hundred (500) feet thereafter for one- and two-story family dwellings and every three hundred (300) feet thereafter for all other buildings." Sanitary Sewer System The sanitary sewer mains and laterals were , constructed in the 1960s typically utilized +4 ;: 5- e vitrified clay pipe (VCP). VCP typically has a • service life of 50 to 100 years, depending on ,tf`,, . environmental conditions. However, VCP is `" ,a susceptible to cracking and leakage from root �, ,� ; ; 14 �;. `�' , ; -�' ''' �i intrusion and soil movement. Mir Baxter & Woodman performed a site visit to MANHOLE I f.ik • .;R review the project area and observed that the gravity sewer system was designed in an offset position,outside of the roadway,and within the green space between the edge of pavement -- ROOT SYSTEM and road right-of-way. Property owners have unknowingly installed landscaping, fencing, and other surface improvements above the GRAVITY SEWER gravity sewer mains. The roots of large trees Baxter& Woodman, Inc. D.Offeror's Qualifications •59 and other vegetation have likely infiltrated the sanitary sewer piping, compromising the structural integrity of the pipes. Breaks in the sanitary sewer collection pipes lead to increased operating costs for pump stations and wastewater treatment due to the inflow and infiltration (I&I) of groundwater. Damaged pipes or those with significant root intrusion could cause sewage to back up into buildings. SEWER LATERAL REPAIR s (IX THIS WITHOUT HAYING TO DIG BEFORE RESTORATION a UR YOUR YARD OR CRUMMY MYNA • NODIG SOLUTION AFTER RESTORATION 1! DAMAGED PIPE _ Baxter & Woodman recommends conducting a closed-circuit television (CCTV) inspection of the gravity sewer mains and laterals by a qualified contractor certified by the National Association of Sewer Service Companies (NASSCO), if the City has not performed these inspections recently. Our firm's in-house NASSCO-certified inspectors will review the CCTV footage and provide a detailed report to determine the necessary rehabilitation measures. Significantly damaged pipes can be identified for repair as part of the stormwater improvement project. Sewer mains and laterals that can be repaired by cast-in-place pipe(CIPP)can be part of a future project for budgeting reasons or included as part of the stormwater improvements project. Baxter & Woodman has successfully completed numerous projects involving the rehabilitation of gravity sewer systems, including direct replacements, point repairs, and the use of trenchless technology such as cast-in-place pipe (CIPP) lining. CIPP involves root removal and thorough jet cleaning of the host pipe, followed by the installation of the CIPP liner,which then becomes a structurally sound pipe on its own.CIPP lining causes minimal disruption to existing surface improvements, making it a cost-effective solution. Typically, on a neighborhood improvement project, manholes will be identified for rehabilitation through heavy jet cleaning, followed by the application of an interior protection barrier using one of the following approved processes, in accordance with the City's standard specifications: Thoroc, Mainstay, Sewpercoat, Strong-Seal,or Refratta HAC 100 coating applied in the field. Baxter& Woodman will analyze the depths of the existing gravity wastewater mains and service laterals in relation to the proposed depths of the stormwater and potable water mains (if included in project)to avoid conflicts during construction. Wastewater service laterals will be identified for replacement as needed to accommodate the construction of the proposed improvements. D.Offeror's Qualifications•60 Preliminary Design Report Baxter & Woodman will prepare a new Preliminary Design Project Schedule Report (PDR) summarizing the results of the above information Our proven project approach will allow us and recommendations corresponding to a 30 percent level to develop a project schedule that will track of design. The PDR will include a description of the work the design,permitting,and construction of completed, the modeling results in comparison to the ECM the Chapel Hill project.The schedule will model, a discussion outlining the assumptions and data utilized be reviewed and updated at each design for the stormwater modeling, recommendations and analysis of submittal.It is important that we maintain stormwater improvements within the project. Recommendations the schedule of the various design elements regarding roadway and utility improvements will also be included required for the project in order to meet along with the results of the photometric assessment and related the established time schedule.The Project recommendations.A preliminary Engineer's Opinion of Probable Manager will be responsible for schedule Construction Cost estimates will also be provided. The report will include the field data that was obtained,figures to illustrate compliance.Baxter&Woodman's principals the recommended concepts and plan view 11-inch by 17-inch review schedule compliance on a bl-monthly drawings showing the preliminary layout of the improvements. basis at project schedule control meetings and take appropriate action to prevent Detailed Design slippage when it first becomes apparent. Following the City's acceptance of the Preliminary Design, Detailed Design will commence including preparation of contract documents. Typical completion stages would be 60%, 90%, and 100%. Baxter & Woodman will prepare drawings, technical specifications, and construction cost opinions for each submittal stage to be reviewed by the City of Boynton Beach staff. Within two weeks of submittal, a review workshop will be conducted to discuss City of Boynton Beach staff comments. Comments are then incorporated into the following stage submittal. Coordination related to the environmental aspects of the project identified during the PDR will also be underway upon the start of the design. After the 60% review, test hole investigations will be conducted to physically identify particular utilities to avoid potential conflicts with the proposed design. Permit applications will be submitted to Authorities Having Jurisdiction (AHJ) in parallel with the 90% stage submittal to City staff. Comments from the AHJ and City staff will then be incorporated into the 100% stage submittal for one final review by City Staff prior to completing the Bid Set contract documents. Internal QA/QC is performed prior to each submittal stage with our CGC Constructability Review performed at the 90% stage. Grant fund reporting will be provided to the City for submittal as required during the design. Quality Assurance/Quality Control Our team recognizes the importance of a clear focus on providing a quality product. Our Quality Control Manager, Ipek Aktuglu, PE will monitor the implementation of the QC program on each task order and will confirm that work is performed in conformance with the "QA/QC Plan." The committee will work with the Project Manager to select an appropriate senior reviewer for each delivery based on applicable experience and technical expertise. QC/QA Procedures I� 1st Compliance with Customized Ample Support Review by Senior Meetings with Project Deadlines Checklists Staff Engineers City Staff Baxter& Woodman, Inc. D.Offeror's Qualifications • 61 Our Team's quality management program incorporates oversight of specific quality control functions to confirm that: • Project staff including subcontractors are qualified to perform their duties and meet regulatory and project specific training requirements. • Items and services procured for the project meet necessary quality requirements. • Quality related work is documented and the documents are managed and controlled. • Computer hardware and software is controlled. • Work is properly planned. • Work procedures are established where necessary. • Work is reviewed and quality processes are audited for effectiveness. • Deficiencies are documented and effective corrective action is promptly completed. Our Team's QA/QC program emphasizes to project members that quality is not a "one time" kind of commitment, but rather is a continuous process of improvement. In addition, we utilize our construction managers to perform constructability reviews. The quality of our designs stems from our commitment to being certified ISO 9001P:2015 for Quality Management ISO 9001:2015 CERTIFIED COMPANY System. Baxter & Woodman's design process has received this accreditation for demonstrating our ongoing dedication :71217/Registrar to quality by consistently satisfying our client's requirements and industry specifications. Baxter&Woodman maintains the certification by: • Utilizing customized Quality Control/Quality Assurance checklists for each project • Maintaining compliance with project deadlines • Offering staff available to perform work • Performing reviews of deliverables by senior staff and construction managers Baxter & Woodman uses Bluebeam Revu program to perform QA/QC of deliverables. Bluebeam Revu is a powerful Portable Document File (PDF) program specifically developed for design professionals. Baxter& Woodman has developed a standard operating procedure (SOP)for reviewing documents using Bluebeam Revu Studio Session that allows us to document comments from the design engineer, CAD technician, and the senior reviewers simultaneously in real time. The review process begins with the creation of a Bluebeam Studio Session. The design engineer will use tools within the program to draw or denote comments on the drawings that are recorded in a table with a "red" color status identifier. The CAD technician can review the comments in real time and provide a response to the comment or change the status to"Corrected"which would change the color status identifier to "green." Once comments are updated to "Corrected" by the CAD technician, a new set of drawings are printed for the senior reviewer to perform a backcheck.The status for all "Corrected" items will be updated to "Backchecked," which would change the color status identifier to "purple," by the senior reviewer to confirm the comments have been updated by the CAD technician. Once all"Corrected"statuses have been changed to "Backchecked," the senior reviewer will begin reviewing the new drawing. Comments by the D.Offeror's Qualifications •62 senior reviewer will then be reviewed by the design engineer for further discussion or passed on to the CAD technician to update.The senior reviewer will perform one final review of the updated drawings before submittal to the City. All Bluebeam Studio Sessions are saved for record keeping and are available for the City to review if desired. .000011' ? ,+; _ G SIN mit • I Constructability Reviews Constructability reviews are conducted during selected project design stages,typically the 90%completion stage, to confirm constructability and clarity of the design documents and to avoid conflicts, delays, and added costs. These reviews minimize the need for redesign, reduce construction costs, expedite project completion,and reduce environmental impacts and long-term maintenance costs. Constructability reviews measure the ease with which a project design can be built while complying with the drawings, specifications, construction schedule, quality control requirements, and budget constraints. The reviewer identifies areas where the ability to build a facility can be improved by listing construction constraints and sequencing the design components to meet the construction schedule. Cost Estimates and Performance Cost estimates will be prepared at each completion stage.The cost estimates will reflect changes in general scope, and additional design requirements that may be incorporated during the design review stages. This affords the City the opportunity to make changes in project direction based on construction budget constraints. Baxter & Woodman is committed to producing high quality, cost efficient products within required timeframes, We are extremely familiar with the construction contractors in South Florida and are aware of bidding conditions that can affect the construction cost of a project. We monitor current inflation rates as tracked by the Bureau of Economic Analysis U.S. Department of Commerce when comparing past costs to current costs. The budget truly is the bottom line. The following table is a record of recent cost estimates compared to the awarded construction bid amount. This comparison demonstrates our competence and dedication to providing clients with accurate project estimating. This is the best physical evidence an engineering firm can present as demonstration of project cost control performance. D.Offeror's Qualifications•63 CLIENT PROJECT ENGINEER'S ESTIMATE BASE BID WAS City of Boca Raton Redaimed Water Storage&Pumping Station $4,500,000 $3,914,909 City of Boca Raton On-Site Reclaimed Water Pumping Facility $811,000 $730,000 City of Boca Raton West Redaimed Water Main Extension $1,768,437 51,577,425 __City of West Palm Beach 24'Reclaimed Water Main $321,522 $271,364 City of West Palm Beach Country Club Acres Infrastructure Imp. $1,515,811 $1,377,027 City of West Palm Beach Sea Sage Drive/Melaleuca Road/Oleander Lane $984,063 W28,755 City of West Palm Beach SW 12th/SW 11th Avenue Water Main $734,740 $721,420 City of West Palm Beach Venetian Drive Infrastructure Imp. $1,495,164 $1,458,795 City of West Palm Beach Area 1 Reclaimed Water System $1,484,995 $1,312,100 City of West Palm Beach Area 2&3 Reclaimed Water System $1,500,000 $1731,265 City of West Palm Beach Area 11_Reclaimed Booster Pump Station $989,590 $691,084 City of Tamarac Tamarac Lakes Water Main Imp. $837,441 S766,175 City of Tamarac Southgate Boulevard Streetscape Imp. $1,499,717 $1,239,469 City of Tamarac McNab Road Water Main Improvements $477250 S486,832 Loxahatchee River District South Seabrook Road Sewer System $1,689,931 $1,494,589 Loxahatchee River District Tidewater Drive Sewer System $290,081 $274,156 Loxahatchee River District Jupiter Highlands Low Pressure System $315,728 $245,018 Palm Beach County 30'Reclaimed Water Main $368,520 $299,705 Palm Beach County FPI.On-Site Reclaimed Water Facilities $3,600,000 $2,722,000 Town of Gulf Strewn 24'Storm Water Outfall $44,746 $39,655 Town of Lantana Raw Water Supply Well No.11 $755,000 $631,500 Town of Lantana Raw Water Supply Well No.12 $400,000 $341,400 Town of Highland Beach A.1.A.Water Main Replacement $3,200,000 $2,714,707 Average(under engineer's estimate) -10.47% i Permitting Florida is known throughout the nation as being a trend-setter in regulatory compliance. The regulatory structure of the permitting agencies are constantly changing with delegation of new State regulatory programs and with pending rule revisions that impact water resources, potable water and wastewater facilities, reuse programs, and stormwater systems,just to name a few. Baxter & Woodman actively monitors Federal, State, and local regulatory requirements and rule revisions. We track and forecast critical regulations to confirm project design criteria does not become"outdated." This includes the change in water quality requirements at the South Florida Water Management District as well as the required documentation for operation and maintenance of the proposed facilities.Our regulatory services include preparation of permit applications and project completion certification documentation.Our familiarity with the rule makers and permitting staff at the various agencies simplifies the permitting process for this project.Our goal is to help our clients meet regulatory compliance for all projects without"surprises" which may impact project objectives and schedules. The complex interrelationship of the regulatory agencies can make permitting one of the most difficult project tasks to complete.Baxter& Woodman maintains a clear understanding of the relationships between State and local agencies to confirm an accurate and efficient permitting process for all projects. Baxter& Woodman has a strong professional relationship with various regulatory agencies in South Florida.This has been developed over many years of working with the various local, State and Federal regulatory agencies. Baxter& Woodman, Inc. D.Offeror's Qualifications• 64 During Preliminary Design, Baxter & Woodman will conduct pre-application meetings with the various permitting agencies to confirm permitting requirements prior to making the initial permit application submittal, During Final Design after review of the 60% submittal by City staff, the Contract Documents are updated for the 90%submittal to the City of Boynton Beach and to the appropriate regulatory agencies for construction permits. Comments from City staff and the regulatory agencies on the 90%submittal are incorporated into the final 100%Contract Documents. Bidding Assistance The bid review process is extremely important to select the contractor that is qualified to provide the construction services described in the bid documents. In all of our conventional design-bid-construct projects, Baxter & Woodman evaluates the bids submitted by the general contractors. The bids are typically evaluated for the following items: • Bidder maintains a permanent place of business and is fully licensed. • Bidder has adequate manpower and equipment to do the work properly and expeditiously. • Bidder has suitable financial resources to meet the obligations of the work. • Bidder will perform a specified percentage of the work using his own forces. • Bidder's Project Manager is experienced in executing the required work. • Subcontractors proposed for use are qualified to perform the work. • Bidder meets insurance requirements. • All bid forms are filled out correctly. • The bid prices are mathematically correct if a unit price bid is used. • All addendums are acknowledged. • Bid Bond is submitted with bid. • Baxter& Woodman checks the bidders' references. After Baxter&Woodman has evaluated the bids,we will typically recommend the lowest responsible and responsive bidder whose bid meets the requirements of the Contract Documents and provides the City of Boynton Beach the best value. In situations where the lowest bidder is not qualified,we then evaluate the second lowest bidder, and so forth, until a qualified bidder is identified. The Bid Phase Services for this contract may include the following tasks: • Review and provide edits to the City of Boynton Beach's"Front-End"documents. • Coordinate with the City's Procurement Services staff to distribute copies of the Contract Documents to the prospective bidders. • Provide pre-bid services,such as assistance with advertisement,answering questions from potential bidders,and prepare responses and issue addenda to the plan-holders. • Participate in Pre-Bid meetings with interested contractors and City staff. Prepare responses as a result of the meeting,for issuance of addenda. • Review bid packages received, document the due diligence process, and recommend award for the project. • Prepare the required sets of conformed contract documents for execution by the selected contractor. The conformed sets will include addenda issued during the bid phase and the awarded contractor's schedule of bid items. D.Offeror's Qualifications•65 Construction Ample Construction Management Faun Beach ;Th Haim Barb Support Across FL! Construction Administration Garde is Our statewide footprint Trayr a'VIP'a Rein enables us to asst Thorough supervision andassign the documentation is required to confirm Vt Palm beach right personnel swiftly according to project that construction is proceeding on we l.ngton demands,which results nr A budget, on schedule, and according `'a°na` In response times. Lake Worth prompt P to the conformed contract documents. a With our construction team covering several Baxter&Woodman provides full-service BOYM "Bench cities,as illustrated with construction management, inspection, each of the blue dots in De ach the map(lett),the City project startup, and closeout services Is gaining a reliable for municipal construction projects. { ";9 "`h partner dedicated to your We have performed comprehensive ._ _. Mica Bator success construction management services on a multitude of projects for many neighboring communities. Our experience includes providing expert construction services for a variety of projects including roadway and public works facilities, wastewater/water facilities, pumping stations, underground utility pipeline infrastructure, stormwater drainage facilities, neighborhood infrastructure projects, parks and recreation facilities,and streetscape/beautification projects. Construction administration and inspection services will be conducted by our in-house engineers and experienced inspectors. Our staff is composed of former FDOT District 4 LAP project engineers and technicians, and former utility inspectors and contractors. Baxter&Woodman is available to provide construction administration throughout the construction contract period. We will work with your staff to structure our construction management services (CMS) to fit your needs. Baxter& Woodman can provide general construction administration duties such as: • Administer contracts with the contractors and confirm contract conditions are met. • Interpret and clarify plans and specifications throughout construction. • Monitor and confirm the contractor obtains and follows requirements of governmental and regulatory permits, inspections, and approvals. • Conduct site visits and direct construction meetings with the contractor. • Field questions and phone calls from residents during construction, • Transmit project closeout documentation. Construction Inspection Baxter & Woodman is prepared to provide complete construction inspection services to oversee construction activities in the field. Our typical inspection responsibilities are summarized below: • Serve as the Consultant's liaison with the contractor and City's staff. Baxter& Woodman, Inc. D.Offeror's Qualifications• 66 • Conduct on-site observations to assist the City in determining if the work is proceeding in accordance with the contract documents and that completed work conforms to the contract documents. Report in writing whenever we believe that the work is unsatisfactory, faulty, defective, or does not conform to the contract documents,or does not meet the requirements of inspections,tests,or approval required to be made, or has been damaged prior to final payment. • Coordinate, supervise, and review material sampling and testing, including concrete and soils testing, where appropriate. • Coordinate necessary surveying consistent with requirements of the specifications. • Accompany visiting inspectors representing public and regulatory agencies having jurisdiction over the project. Record in writing the outcome of these inspections and report same to the City. • Consider and evaluate the contractor's suggestions for modifications during construction and report them to the City, in writing. • Witness testing and procedures as required by the contract documents. • Review as-built record drawing information from the contractor to confirm conformance to the contract documents. • Provide copies of daily inspection reports and digital photographs. Daily inspection reports and photographs shall be sent to the City via email. • Work with the contractor to develop and implement a daily quantity sheet (based on the approved schedule of values) to be reviewed and accepted each day, agreeing to the quantities of the items installed,completed,and accepted.We will use this information to verify material quantities on monthly Applications for Payment. • Attend substantial completion and final completion walk- P6 PRIMAVERA PROJECT throughs and verify that punch list items are completed PLANNER by the contractor. We are avid users of P6 Schedule Control Primavera Project Planner.This tool is easy to use and intuitive Reviewing and evaluating the construction schedule - without sacrificing the powerful including the baseline schedule, monthly schedule updates sophistication of high-end project and revisions, and 2-week look ahead schedules - is integral management software. P6 is a to the project's successful completion. Baxter & Woodman's multi-user product that operates Construction Manager examines schedules to identify on network allowing users to variances between scheduled and probable completion dates share data with other network of activities, as presented by the contractor, so that we can users,and anyone who manages analyze the effect on the overall project completion. projects using Primavera software. The unique features of P6 are: In conjunction with schedule review, we provide • Project Modeling recommendations to the contractor relevant to the adequacy • Scheduling of their personnel performing construction tasks. We make • Resource& Cost Management observations regarding the availability of equipment and • Reports and Graphics materials necessary to execute work efficiently and effectively. Data Exchange • These elements ultimately determine a construction schedule's Add on Products success or failure.The following steps will be implemented on These features will confirm proper these construction projects for the City: documentation is maintained to report progress of work. • Baxter&Woodman's Construction Manager will request D.Offeror's Qualifications•67 the contractor to provide a Baseline Critical Path Method (CPM) Construction Schedule as a formal Shop Drawing Submittal prior to construction. • The CPM Schedule provided by the contractor will include the entire group of electronic files so that the schedule logic can be analyzed by Baxter& Woodman during the review process. • The CPM Schedule must include at a minimum work activities showing the baseline start column and baseline finish date column in calendar days. The contractor's CPM Schedule shall include a column displaying the amount of float time available and a column displaying percentage to completion. • The CPM Schedule will be reviewed and approved based on conformance to contract milestone dates, logical phasing and succession of the work, material procurement & delivery, achievable crew production rates, permitting certifications, and project closeout and completion. • The contractor must provide a Monthly Updated Schedule with each pay request. Two columns will be added to the monthly updated schedule for "Actual Start" and "Actual Finish" to track schedule progress.The Baseline Column will remain fixed. • Baxter&Woodman's Construction Manager will monitor the contractor's schedule and notify the City in writing when the contractor appears to be behind schedule. Baxter & Woodman will also request from the contractor a revised schedule or a schedule recovery plan if deemed necessary. The pay application will not be approved until a schedule recovery plan is submitted. • Work with the Contractor to develop and implement a daily quantity sheet (based on the approved schedule of values) to be reviewed and accepted each day, agreeing to the quantities of the items installed,completed,and accepted.We will use this information to verify material quantities on monthly Applications for Payment. • Attend Substantial Completion and Final Completion walk through and verify that punch list items are completed by the contractor(s). Innovation Approach Construction Services Tools Baxter&Woodman employs a custom technology platform, built in-house,to provide construction services tailored to each municipality's needs. We have developed a suite of ArcGIS applications that allow us to dynamically collect, monitor, and facilitate our core general construction administration and inspection responsibilities, which include documenting public communications, monitoring deficiencies, tracking quantities, and developing record drawings. Our cutting-edge digital tool has elevated the way we provide real-time documentation and project management for our clients. Our advanced digital field book facilitates real-time documentation, allowing for immediate updates and access to project data. This feature is critical to maintaining up-to-date records of project progress and confirming that team members have access to the latest information. This level of oversight is pivotal in identifying potential issues early, enabling timely interventions and keeping projects on schedule. The deployment of this technology will provide the City with smart digital data, facilitating informed decision- making throughout a project's lifecycle. By leveraging the insights generated by our advanced digital field book, City staff, project managers, and stakeholders can make strategic decisions based on accurate, real- time information, thereby enhancing the project's overall effectiveness and efficiency. Our entirely digital approach not only improves immediate outcomes on projects but also sets a precedent for future projects. D.Offeror's Qualifications•68 Digital Collaboration Our approach involves documenting community interactions and resolutionsthrough an ArcGIS-based online dashboard, providing real-time status of communication with stakeholders, status of deficiency list items, tracking quantities,and construction progress digitally in real-time. This approach allows _ F i fN. for real-time communication and minimizes • f at3 �. contractor delays and public inconvenience. Our digital approach allows our construction !TA-11,-MM engineering fees to be reduced well below the 7401r typical percentage basis by leveraging efficient - rK • ` • communication and timely decision making. ; • • • Baxter & Woodman's capacity for efficient • I } : '': digital deficiency issue monitoring and digital Our digital approach increases collaboration and reduces engineering costs. quantity tracking expedites construction We tracked these features in GIS on the Lakeside Gardens project: progress and project closeout. We are able to • Resident Communications • Quantities provide a higher level of service on projects • Deficiencies • Record Drawings with fewer staff hours. Visit our GIS hub to learn more about spatial technology tools Baxter & Woodman integrates advanced at:bw-spatialtech-portfolio-baxterwoodman.hub.arcgis.com technology into the construction management process, significantly enhancing how projects are monitored and managed. Our approach delivers real- time, comprehensive insight into construction progress, giving the City, engineer, contractor, and key stakeholders immediate access to critical data on milestones,resource allocation,and potential bottlenecks. This transparency promotes more effective communication and coordination across the entire project team. With this high level of oversight, any deviations from the planned schedule or budget are quickly identified, allowing for timely corrective actions to keep the project on track. Our technology-driven system not only minimizes delays and optimizes the use of resources,but also supports the successful delivery of projects that meet key goals such as sustainability,safety,and regulatory compliance.By combining proactive management with innovative tools, Baxter&Woodman helps achieve efficient, high-quality project outcomes. Public Involvement Communication is Key! Baxter & Woodman knows communicating the benefits of a project to stakeholders and managing their expectations is a vital part of any government or municipal project. Our team is well-versed in an assortment of communication tools that aid us in creating the most effective communication strategy for each project.Our staff knows how to successfully utilize tools to coordinate and promote positive public involvement. Public Outreach Outlets • Custom Project Websites • On-Site Webcam • Project Visualization Exhibits& Videos • Phone Hot Lines • Drone Videos • Door Hangers/Informational Flyers • Social Media: X, Facebook • Construction Signage • Project Blogs • Changeable Message Boards • Email Notifications • Press Releases • Open-Houses/Public Meetings (Virtual and • Public Progress Meetings during Construction In-Person) D.Offeror's Qualifications•69 Drone Imagery& 3D Project Visuals Baxter & Woodman has commercially certified drone pilots and drone industry experts on staff. These unmanned aerial vehicles can collect a = �■ wide variety of useful imagery for varying applications. Drones can take -1141- photos lphotos and videos to help monitor project progress, collect ortho-imagery (for mapping), and even conduct inspection work. These images can then be used by our staff to produce 3D project renderings, which results in enhanced input during design. Utilizing a variety of software (REVIT, AutoCAD MEP 3D, Sketch Up,etc)the City,your staff,and the public can see the final product before it is constructed. During progress meetings, these representations can be used to visualize the project layout and discuss comments. Accurate drawings can also save money by allowing for easy identification of conflicts and elimination of potential change orders. Progress and Public Service Videos Baxter & Woodman prepares short, interactive progress and public service videos to be shared on social media platforms, project websites, and fes` at meetings. The short videos introduce the public to the project team, � 7��;i rM underground work, a particular construction activity, or show the completed / 0Elip43S project. For example,Baxter& Woodman prepared a video for the completed • Lake Shore Drive Drainage Improvements for the Town of Lake Park, Florida. You can watch the video at virrteo,com/709217823. Custom Project Websites Baxter&Woodman designs and manages numerous websites for various types ant jiti of projects, one such is the Randall Road Corridor Improvements for McHenry County Department of Transportation(randallroad.info)and for a number of past it R•na II Ro•E projects in Florida. Project websites provide a designated online resource for •> stakeholders to receive up-to-date information on project progress, estimated schedules, project overviews, progress photos, FAQs,and more. •• • _ A (Th Visualization Studio Baxter & Woodman has a cutting-edge Visualization Studio that is equipped to not only record high-quality podcasts, where clients can share insights, updates, and industry knowledge, but also to produce captivating ' , I It I - 1' video narratives that bring construction-related project updates to life. ;. With our studio's capabilities, we empower our clients to connect with • - , their communities and set new standards in communication within the construction industry. Civil 3D InfraWorks InfraWorks is a useful tool for engineers to verify and resolve underground conflicts, especially in tight congested areas. But it is especially useful for public outreach meetings and can be used to focus in on areas of concern. This provides an interactive • ,,, , a p • experience between engineers and their clients and their clients' stakeholders. Like AutoCAD,layers can betumed on and off to illustrate where new features are � planned,such as swales and landscaping and where underground infrastructure .' ^— will be placed. Likewise, it can be used at municipal commission meetings to - demonstrate options for improvements and to take the commissioners on a tour , of their underground infrastructure. D.Offeror's Qualifications•70 -31 Beyond the Basics - Construction Field Technology Baxter& Woodman offers unique tools to enhance your project,including Google Street View,drone footage,digital field books,and more. Tod tn..i,. Tate O.•,:..- !.. a o o o -8-- , ommunity Interactions - - 17.-,--_ -- A GIS-based system that promotes communication between residents, contractors, and clients. This real-time, multi-user solution helps document interactions and track resolution progress. This process helps anticipate where _ additional notifications or community engagement is warranted. This workflow r i keeps all parties accountable. "" Modern Construction Documentation . ' ""°' � u f,,.,.. Our spatial technology equipment can capture real-time, multi-user spatial E , rinformation including, photo support, tabulation of quantities, and deficiency -• documentation.This equipment modernizes construction services, reducing the back and forth of quantity agreement and deficiency tracking, allowing more time to focus on what's important to Boynton Beach. G Google Street View '7 Baxter & Woodman can prepare videos using a 360-degree camera mounted 411111 to a car for pre-construction and post-construction documentation. The video a ,t9 zooms in on features and provides an up-to-date site document. Once work is completed, the post-construction video will be submitted to Google for review and to update their Street View platform. Drone Flights Baxter&Woodman can provide periodic drone flights of the project site to record /� progress for website updates,document completed work,and show construction ;m traffic control, including detours. Aerial footage helps commuters understand - • - \ the work done,particularly during underground activities.We suggest creating a "time lapse" video of the project's different stages, overlaid with drone footage. Our drone videos can be supplemented with ground photos and our 360-degree handheld camera. Y � .- Update Record Drawings in the Field -- : ::,,. „ t^ "^ Utilizing specially configured field applications,our construction team can collect Z . record drawings in the field to update CADD files and GIS databases. Our GIS- 0 - • ttbased system promotes recording of smart data,and when paired with our high .. ' ,y accuracy GPS equipment confirms data is spatially accurate. Baxter& Woodman, Inc. D.Offeror's Qualifications •71 Real-Time Digital Field Book md. 1 , ' A real-time digital field book can easily document traffic control, water main shutdowns, resident interactions, site visits, and other occurrences on the app. Other features include resident concern tracking,punch list creation,and a client- facing public portal. We can also provide GIS data for the underground utilities found in the field. This tool allows the City to create an updated atlas of their utilities observed during construction. With Baxter & Woodman's familiarity with the City's GIS system, integration will be seamless. Our field inspectors are assigned a GPS unit that will contain the levels of the digital design.This allows for precise layout reviews, assistance with field changes, and accurate documentation of the improvements. The information gathered using the GPS unit is utilized for quantity determinations as well as GIS data inputs for underground installations. In the current digital age, contractors do not provide centerlines or other methods for determining station and offsets. Our team works with the same line work and data provided by the contractor, enabling us to verify their work and identify field adjustments. Knowing the exact locations of the rights-of-way and planned installations helps with corrections. With the equipment on-site,the as-built drawings will be kept up to date and available for submittal to the City. , Smart Data Delivered to Boynton Beach FL _ - —; Smart data collection means compatibility and seamless connectivity with other "II. -- systems. Upon completion of a project we will deliver all collected data.Our data -> .: 4 is built using industry standard GIS data models which are compatible with many Asset Management Systems,as well as compatibility with most modern GIS data schemas. py#4.,... '. ::-,. \ ..., . High Accuracy Positioning Utilizing state-of-the-art equipment,as-built assets can be accurately captured. II a This approach enables clients and contractors the ability to efficiently recover 1. _4 utility assets previously located in field,saving time,and reducing costly conflicts with future construction. P IlLabomm . Baxter& Woodman, Inc. D Offeror's Qualifications •72 g. Principal Place of Business Baxter& Woodman's Corporate Office is located in Crystal Lake, IL. y „,_ Baxter& Woodman Corporate Headquarters 8678 Ridgefield Rd. y Crystal Lake, IL 60012 CM___ , -'''11111,1 _ Phone: 815.459.1260 Our Florida Team located in West Palm Beach, with support from our Orlando office will be servicing this contract. I' Jr., - i �f_. -- ...=';a ir". •k ' i i l l —....,,;•,,, e_- 11'11 I 1 ifli 4ftreinwiwa---1 +. '4 In .kms -* ti ,� ;. I _ i ,, a ' t " .01.* .- / roCaw."21Plall'." 1/4....... Address: 1601 Forum Place, Suite 400 Address: 200 E. Robinson St., Suite 555 West Palm Beach, FL 33401 Orlando, FL 32801 Contact: Rebecca Travis, PE Contact: Claude L Cassagnol, PE Phone: 561.425.7715 Phone: 407,380.0402 Email: rtravis@baxterwoodman.com Email: ccassagnol@baxterwoodman.com D.Offeror's Qualifications •73 E. Willingness to meet budget and timeline requirements Baxter& Woodman is willing to meet the following time and budget requirements. a. Budget:The Budget for this project is as follows: • i - $800,000 - Design Phase • ii - $7,500,000- Construction Phase b. Funding Sources: • i - $8,200,000 - Utilities CIP Fund Please note that during this portion of the process, the City is NOT asking for the firms to submit pricing. After the evaluation committee has selected the firms in order of preference, the City shall negotiate a contract with the most qualified firm for professional services at compensation, which the agency determines is fair,competitive,and reasonable.Should the agency be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated.The agency shall then undertake negotiations with the next most qualified firm. c.Timeline: Baxter& Woodman agrees to the specified timeline in section 2.3 and 2.10 of the RFQ: 2.3 PROJECT SCHEDULE/TIMELINE The project shall commence on the date within five(5)days of the Design Firm's receipt of the Owner's "Notice to Proceed" unless the parties mutually agree otherwise in writing. 2.10 TIME SCHEDULE AND TIME FRAMES Schedules shall be included in detailed work orders issued under the Contract and shall be based on the number of continuous calendar days following the work order execution date to complete specific tasks of the project. If the City reviews and comments are necessary to proceed with a task, then a specified City review time shall be included in the schedule. F. Location Please see the previous page for our locations of work for this contract. E.Willingness To Meet Budget&Timeline Requirements•74 G. Financial Information a. Financial Stability: Baxter & Woodman, Inc. has been providing consulting engineering for 79 years. During this time, the firm has continued to grow in terms of staffing, clients served, and billings, which equals financial stability. As a privately held corporation, we do not release our full financial audit. However, we have included a copy of our balance sheet, income statement,and statement of cash flows. BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS December 31,2023 and 2022 2023 2022 ASSETS MEM.=156 (These statements are continued on the following page.) -5- G. Financial Information •75 BAXTER&WOODMAN,ENC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS(Continued) December 31.2023 and 2022 2023 2022 1 111111 1111.111111 AMINUMMIM See accompanying notes to consolidated financial statements. -6- G.Financial Information•76 BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF CASH FLOWS For the Years Ended December 31,2023 and 2022 2023 2022 " Ii 'I Ault See accompanying notes to consolidated financial statements. - 10- G.Financial Information•77 BAXTER& WOODMAN,ENC.AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF INCOME For the Years Ended December 31.2023 and 2022 2023 2022 1 I=• _MAUL 1 I I-- LAE LAINL 1 See accompanying notes to consolidated financial statements. - 7 - G. Financial Information •78 b. Financial Statement: Baxter & Woodman, Inc. has been providing consulting engineering for 79 years. During this time, the firm has continued to grow in terms of staffing, clients served, and billings, which equals financial stability. As a privately held corporation,we do not release our full financial audit. However, we have included a copy of our balance sheet for the last two years. 2023: BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF INCOME For the Years Ended December 31.2023 and 2022 2023 2022 11Cm.1.1 111Vmmul ARAI. iirommim See accompanying notes to consolidated financial statements. -7- G.Financial Information•79 2022: BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS December 31.2022 and 2021 2022 2021 ASSETS (This statement is continued on the following page.) -6- G. Financial Information•80 BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS(Continued) December 31,2022 and 2021 2022 2021 LIABILITIES AND STOCKTIOLDERS'EQUITY 11116 MEM .1.1111MMIE See accompanying notes to consolidated financial statements. G. Financial Information • 81 H. Current and Projected Workload of the Offeror (by office local, if applicable) Baxter& Woodman is committed to serving our clients, and we carefully monitor the current and projected workload for each of our employees. We understand the importance of being responsive to our clients' needs,and we always consider the impact an awarded project will have on the workload of our staff. Based on both current and projected project workloads,our key and support staff will have adequate time and the necessary resources available to serve the City. We are confident that - with our resources, experience, and manpower-we will provide you with successful,efficient,and cost-effective engineering services. i.Current project work listing and remaing labor commitments: ompletton mml i rtes Q+rgects. ca Travis Delray Beach - NW Neighborhood June 2026 15% Various Admin, Business Development Ongoing 30% Lake Park Southern Outfall CMS April 2025 5% Delray Beach Lakeview Blvd Drainage CMS Aug.2025 5% Delray Beach NW Neighborhood Oct. 2025 10% Boynton Beach Lakeside Gardens - Dimick April 2025 5% Outfall Brevard County Broad Acres Drainage Study April 2025 3% Lantana Atlantic Drive Drainage May 2025 5% Improvements Lauderdale-By-The-Sea SLR VA Study Feb.2026 4% Palm Beach County Sherwood Forest Road Aug.2025 2% Widening Palm Beach County Sim Road Extension Aug. 2025 2% Palm Springs Dolan Rd Streetscape Dec.2025 8% Wilton Manors NW 7th Ave Stormwater Feb.2026 5% Improvements Pompano Beach NW33rd St Drainage May 2025 8% Improvements Baxter& Woodman, Inc. H.Current& Projected Workload Of The Offeror•82 ticipi mp sniffled •y Personnel Currettl Pre)4C to, rnjects Pompano Beach NE 10th St & Dixie Highway June 2025 10% Drainage Improvements Superior Construction Daryle Center April 2025 5% Ipok Aktupk, Parkway- Big Sand Lake: Drainage Report Orange County Jones Avenue Pond Retrofit May 2025 5% IMO Orange Park Johnson Slough - Road and April 2025 5% Bridge Design Wilton Manors Design Guidelines Oct. 2025 5% Baywoods Development Mass Grading Plan April 2025 5% Defray Beach NW Neigh Design Oct. 2025 10% Wilton Manors NW 7th Ave Stormwater Feb.2026 10% Improv Palm Springs Dolan Rd Streetscape Dec.2026 20% Improvements Wilton Manors Inline Check Valves May 2025 10% Wilton Manors NW33rd St Drainage April 2025 40% Lantana Drainage Review Ongoing 8% Boynton Beach- Dimick Road Outfall April 2025 20% Improvement Delray Beach - NW Neighborhoods April 2025 20% Gulf Stream -SLR VA Mar.2026 15% Lantana - Ocean Avenue Asset Assessment Mar. 2025 15% Lauderdale-by-the-Sea - SLR VA Mar. 2026 30% Various Municipalities - NPDES Reports June 2025 15% Various Municipalities -NPDES Reports Jan.2026 10% Wilton Manors - NW 7th Ave Stormwater Nov. 2026 10% Improvement Baxter& Woodman, Inc. H Current& Projected Workload Of The Offeror•83 omml$t VP° front Prof polio — Delray Beach NW Neighborhood Dec.2026 5% Ptint►avivelkul Improvements Florida Keys Authority Marathon Pump May 2026 5% Station Gulf Stream Core Area Improvements Dec.2025 5% Loxahatchee River IQ518 Improvements Dec.2025 5% Loxahatchee River LS200 Electrical and l&C July 2025 5% Assessment Solid Waste Authority Park Ridge GC Well June 2027 5% West Palm Beach LS 47& 76 Post Design Dec.2026 5% West Palm Beach LS 26, 45& 51 Dec.2026 5% West Palm Beach LS 45& 51 Relocation April 2026 5% West Palm Beach LS 21 Improvements April 2026 5% West Palm Beach Northlake 16" Force Main April 2026 5% and LS 100 Loxahatchee River Vacuum Dump Pit Sept.2025 5% Improvements Palm Springs Kirk Road Water Main Mar.2025 5% West Palm Beach Wastewater Master Plan Mar.2025 5% Lantana Lift Stations 3 4 8 9 Oct.2025 5% Lantana Lift Station 13 Electrical Panel June 2025 5% Relocation West Palm Beach Hydraulic Modeling April 2026 10% KO HurI@y Assistance West Palm Beach Wastewater Master Plan April 2026 10% Village of Palm Springs Kirk Road WM Mar. 2025 25% Relocation Baxter& Woodman, Inc. H.Current& Projected Workload Of The Offeror•84 nticipat d omplotion mmli • 91MW mom Proleat>r Mss of LRECD Vacuum Dump Pit Improvements June 2025 10% Town of Lantana WTP I&C Improvements Sept.2025 5% Delray Beach NW Neighborhood Dec. 2025 85% Improvements Gulf Stream Core Area Improvements Dec.2025 5% Sewer Lining Design and SFR Assist May 2025 10% Lantana Lift Station 3, 4,8,and 9 Nov.2025 30% Rehabilitation,Anticipated Completion Lantana Lift Station 13 Electrical July 2025 15% Improvements Oswego Water and Sewer Rate Study April 2025 10% Highland Beach Sanitary Rehab and SRF Aug.2025 5% Assistance Lantana Consumer Confidence Report July 2025 5% Lauderdale-By-The-Sea SLR Vulnerability Mar. 2026 10% Assessment Delray Beach NW Neighborhood Dec.2026 5% Improvements Sch Glenview Blackthorn & Redbud Drainage May 2025 60% West Palm Beach Hydraulic Modeling April 2026 10% Glencoe Stormwater Master Plan Dec.2026 20% Chipman Gulf Stream Core Area Improvements Sept. 2025 40% • Lake Park Southern Outfall Mar.2025 10% • Delray Beach Alleys/SE 1st Ave. Feb.2025 5% Delray Beach Atlantic Ave. Pavilion Nov. 2025 5% West Palm Beach LS #47/76 Jan.2026 5% Baxter& Woodman, Inc. H.Current& Projected Workload Of The Offeror•8s tiap*ted % mplatl. Committed • lit Project lett to Projt ct' Wilton Manors Wayfinding Signs Aug.2025 5% Delray Beach Lakeview Dr. Drainage June 2025 5% 1111111 Palm Springs Sidewalk Inventory Mar.2025 5% Brad$ .. Delray Beach Lowson Boulevard April 2025 25% Lake Clarke Shores Bridge Replacement June 2025 25% Gulf Stream Core Area Improvements Sept. 2025 75% ' - - Delray Beach Area 4,10,14 Reclaimed Water Aug.2025 50% Note:Projects listed for Jeff Hiscock and Sira Jockeys Prinyavivatkul reflect their roles as Project Managers and/or Department Managers. Baxter& Woodman, Inc. H.Current& Projected Workload Of The Offeror• 86 ii.Typical Number of Projects Handled by Project Managers Our Project Managers typically handle three to four projects. iii. Projected workload of project management activities as defined in the scope of services. The Baxter& Woodman team has carefully assessed the scope of services to allocate project management resources efficiently. Our team members will be actively engaged in critical project management activities, including coordination,scheduling,cost estimation,permitting,stakeholder communication,and construction oversight.Workload for our identified staff is provided in the table above.The majority of current projects will be wrapping up creating additional availability for the Chapel Hill project once it gets underway. The Project Director, Rebecca Travis, PE, ENV SP,will dedicate approximately 30%of her time to high-level oversight,client coordination,and strategic project direction. Project Manager,Jeff Hiscock,PE,will allocate approximately 65% of his time to direct project management tasks for the Chapel Hill project, including schedule management,team coordination,and technical oversight.Supporting staff,including David Cowan, PE, ENV SP, will provide additional expertise in stormwater design, Jockey Prinyavivatkul, PE will oversee utilities design and Rick Chipman will provide construction administration oversight. Ipek Aktuglu, PE, ENV SP, will focus on QA/QC to maintain compliance with project specifications and regulatory requirements. Throughout the project,Baxter&Woodman will balance workload demands by leveraging our regional team members, achieving timely execution of each phase. Our structured approach, combined with experienced personnel, will facilitate effective project delivery while maintaining quality,efficiency,and adherence to the project schedule. iv.Identify any sub-consultant firms providing significant services that may be assigned more than(5%)of the work. The percent of subconsultant workload exceeding 5%is estimated at; 12%for Surveying and SUE- Ritzel- Mason, If a stormwater pump station is recommended as an improvement, we estimate 8%for Electrical Engineering - Smith Engineering Consultants (SEC) and 8% for Geotechnical - Pacifica Engineering Services. Ritzel-Mason Workload Availability: 30% Smith Engineering Consultants Workload Availability: Larry Smith, PE-45% Pacifica Engineering Services Workload Availability: Wesley C. Foster, PE, SI -90%; Reinaldo Villa, PE- 75%; Marc Restrepo, El - 80% H.Current& Projected Workload Of The Offeror•87 I. References - Past Performance Please see the following pages for this request. In addition to the reference projects you'll review, we have provided a listing of our large improvements project experience. BAXTER&WOODMAN-LARGE IMPROVEMENTS PROJECT EXPERIENCE CLIENT PROJECT NAME DESCRIPTION CONSTRUCTION COST Boca Raton Lake Wyman Shores Sewering,Drainage $860,549 Boca Raton Esterty WW Imfrastructure 37 DU Sewering $1,239,880 Boca Raton Hidden Valley 102 DU Drainage,Roadway $2,458,000 Boca Raton Boca Raton Heights Sewering $2,666,237 Boca Raton Boca Raton Hills Sewering 1R DU $3,522,600 Boynton Beach North&South Roads 11.6 Ac Drainage,Water $1,843,016 Boynton Beach Lakeside Gardens 1,600 IF Drainage,Water $2,645,442 Boynton Beach Rolling Green CMS Drainage,Water $3,489,346 Boynton Beach Central Seacrest Corridor Constructability Review N/A Delray Beach SW 12th/Auburn/SW 14th Ave Roadway,Drainage $1,586,019 Delray Beach Osceola Park/SW 4th St 5.5 mi Roadway,Drainage,Water $13,770,000 Gulf Stream Core Area Improvements 85 Ac Drainage,Roadway,Water $12,900,000 Lake Park Lake Shore Drive Drainage Improvement 4250 IF Drainage and Pump Station $6,100,000 Lake Worth Beach Neighborhood Road Program D2 41,000 LF Roadway,Drainage $10,000,000 Lauderdale-By-The-Sea Terramar Drainage $1,100,000 Lauderdale-By-The-Sea Codrington 1,700 LF Drainage $1,531,050 Loxahatchee River Dist River Oaks/Little Oaks Sewer System 78 DU Sewering $1,548,615 Loxahatchee River Dist Eagles Nest Sewer System 98 DU Sewering $1,822,071 Loxahatchee River Dist Whispering Trails Gravity Sewer 181 DU Sewering $4,515,924 Pompano Beach Gateway Drive 8,650 LF Drainage $2,285,958 Pompano Beach Esquire Lake 28 Ac Roadway,Drainage $3,066,000 Pompano Beach Kendall Lake Neighborhood 10,345 LF Drainage $5,165,606 West Palm Beach Nottingham&Miller Roadway,Drainage,Water,Sewer $2,400,000 Baxter& Woodman, Inc. I, References- Past Performance•88 • AWARD`i + r, wIN+Ufp �iC . Town of Lake Park, FL Lake Shore Drive Drainage Improvements The Town of Lake Park contracted with Baxter & Woodman to provide A.RICHARD SCHERLE engineering services for the design of drainage and other related B.TOWN OF LAKE PARK improvements on Lake Shore Drive starting from the entrance of the Lake 535 Park Avenue Park Marina north 3,220 feet to Castlewood Drive. Lake Shore Drive was Lake Park,FL 33403 prone to frequent flooding with road elevations ranging from 2.0 to 3.2 feet, 561-908.3874 NAVD. An innovative drainage system was designed that includes pumping rscherlempa@gmail.com stormwater up into a dry detention area/bioswale for water quality treatment before discharging to the Lake Worth Lagoon.The project addressed flooding C.ROLE/SERVICES: issues, king tides and Sea Level Rise(SLR)as well as providing a completely • Survey new pedestrian friendly corridor for the area's residents. Baxter& Woodman • Geotechnical also provided assistance with a Hazard Mitigation Grant application for • Modeling $3.5M. Services include: • Preliminary Design • Permitting • Drainage System Design • Bidding • ICPR4 Modeling • Level of Service Assessment D.DATE COMPLETED: • Sea Level Rise Evaluation 2020 • Pipe and Pump Station Sizing E.SAVINGS ACHIEVED: • Water Quality Improvements By combining gravity discharge with Pollution Control Device pumping into the design,the Town saved Dry Detention in Park electricity and 0&M costs associated with the pump station. • Roadway Design F.CHANGE ORDERS • Roadway Replacement/Mill and Overlay 1 Change Order • US 1 Corridor Coordination G.PRESENT STATUS • ADA Compliant Sidewalks and Bike Path Completed • Landscaping and Irrigation • Street Lighting CONSTRUCTION COST: $6.09M Baxter & Woodman provided engineering design, permitting, and bidding services for certain utility and roadway drainage improvements to Lake Shore Drive. Baxter&Woodman also provided full construction management services ` f .t --r` with a construction manager and full time inspector to process pay applications, 24'_-.i �- ''` + clarifications,shop drawings and as-builts. • _S V: If me e" BAXTER WOODMAN BAXTERWOODMAN,COM City of Pompano Beach, FL th.._ Kendall Lake Neighborhood Drainage Improvement The City of Pompano Beach is implementing projects associated with the A.TAMMY GOOD Stormwater Master Plan. As part of the Master Plan, Study Area 7 - Kendall B.CITY OF POMPANO BEACH Lake Neighborhood was identified as an area which experiences roadway 1201 NE 5th Avenue flooding; and the existing lake does not have a positive outfall connection. Pompano Beach,FL 33060 The neighborhood is located on either side of NW 3rd Avenue between NW 954-786-5512 21st Street and NW 16th Street. Tammy.Good@copbfl,com Baxter & Woodman reviewed the assumptions made in the Stormwater C.ROLE/SERVICES: Master Plan as it relates to the Kendall Lake Neighborhood and developed • Review of study data,improvement six (6) alternative designs and re-ran the stormwater model utilizing EPA's recommendations,and discharge Stormwater Management Model (SWMM)computer program.The results and options our recommendations were provided to the City for stormwater improvements • Re-run of stormwater modeling to the Kendall Lake Neighborhood in a preliminary design report(PDR). • Preliminary design report • Topographical survey and geotechnical Baxter & Woodman then performed detailed design including plans, analysis specifications and cost estimates at 60%, 95% and 100% design phases. Public Outreach services were also included. Permitting services were D.DATE COMPLETED: provided to obtain an Environmental Resource Permit (ERP) and a Surface In Construction Water License from Broward County as well as a dewatering permit from E.SAVINGS ACHIEVED: the South Florida Water Management District. The ERP approval required Previous design concepts included a pump special analyses to address water quality in the Pompano Canal which has station and forcemain which were able to been designated as an Impaired Water Body. eliminate, Baxter&Woodman's contract includes bidding and construction management F.CHANGE ORDERS services. 2 Change Orders-$84,000 EXISTING _ OPTION 6 G.PRESENT STATUS Ir If1 Completed 2024 CONSTRUCTION COST: f le, $5.1M til-- . _ . .Flood Dion pq oee u, ,m 2NE.aoi11=1Plq.nA,.. , • • • , ' 0.026 0.61 1 _601-3 a1,.....t 0 b , ' ,0 000 1.000 FW . BAXTERe.WOODMAN BAXTERWOODMAN.COM :111.7mimimmmillimmimmilmillimi —i-l----ityofDelrayBeach, FL Osceola Neighborhood & SW 4th Avenue Improvements __xi The City of Delray Beach contracted with Baxter & Woodman to improve the A.MS.BEGONA KRANE roadways and drainage infrastructure within the Osceola Neighborhood,including Project Manager approximately five miles of roads and alleyways within an older, established area B.CITY OF DELRAY BEACH of the City. The project is located on a coastal ridge characterized with well Environmental Services drained soils.However,development of streets and homes have altered the natural 434 S.Swinton Avenue drainage patterns and resulted in several areas of trapped runoff. Defray Beach,Florida 33444 561-243-7000 Drainage problems were identified by performing a GIS ponding assessment of krane@mydelraybeach.com LiDAR information and by performing hydrologic and hydraulic modeling using Inter-Connected Ponding Routing (ICPR4)model.The results compared favorably C.ROLE/SERVICES: with residents'accounts. • Drainage Improvements The City directed Baxter & Woodman to minimize the use of swales within the • Roadway Improvements project area because of residents'penchant to park along the road. The City also • Alleyway Improvements requested that new drainage infrastructure be minimized to save costs. Baxter& • Water&Sewer Improvements Woodman responded by taking advantage of the geology and topography of the • Permeable Pavement area and designed exfiltration systems located in key areas intended to eliminate • Traffic Calming flooding, provide improved water quality,and restore flow patterns. • CEI Services • Public Involvement The neighborhood included mid-block unpaved alleyways behind the homes. The • LED Street Lighting residents requested improved pedestrian and bicycle pathways via the alleyways. • Landscape&Irrigation There was a lack of piped drainage systems along the alleyways and therefore Improvements permeable concrete pavement was proposed for the alleyways to allow for percolation of the stormwater runoff. This project was selected for the American D.DATE COMPLETED: Concrete Pavement Association's 2021 Sustainable Practices Recognition 2024 Award, presented for the implementation of sustainable and resilient design and E.SAVINGS ACHIEVED: construction practices that consider societal,environmental and economic factors. Permeable pavement in the alleys saved . - . the costs of piped drainage,exfiltration '.`. . .-`• '+ ' trench and inlets. F.CHANGE ORDERS '' 1 City Initiated Change Order i xx'1 r�I ~1 ` ` r 1 1 LI c tg, G.PRESENT STATUS yCompleted ; tyi , I .,0. ,. ._, k. . 1 '..,041; CONSTRUCTION COST: , lb ,R. 1 $13.77M , • BAXTER WOODMAN WWW.BAXTERWOODMAN,COM Town of Gulf Stream, FL Core Area Water, Storm and Roadway Improvements The Town of Gulf Stream awarded to Baxter & Woodman the Core Area A.GREG DUNHAM Improvement Project to perform the engineering and construction services for B.TOWN OF GULF STREAM the Town's infrastructure in accordance to the 10-Year Capital Improvement 100 Sea Road, Plan and to mitigate stormwater issues occurring within the Core Area. The Gulf Stream,Florida 33483 ll Core Area consists of the properties and rights-of-way between Golfview 561-455-3188 Drive to Sea Road and the Intracoastal Waterway and N. Ocean Boulevard, gdunham@gulf-stream,org approximately 85 acres. Baxter & Woodman prepared the Town's 10-Year Capital Improvement Plan in June 2018, which identified the replacement of C.ROLE/SERVICES: the aging asbestos cement (AC) water mains and rehabilitation of roadways. • Design Engineering and The water main replacement will implement open trench installation and Construction construction by trenchless technology, pre-chlorinated pipe bursting, to • StormwaterAnalysis minimize above grade impacts and reduce water main service outages. In • Data Collection addition,Baxter&Woodman prepared an in depth stormwater analysis for the • Bidding Services Core Area in June 2021 to analyze the causes and provide recommendations for improvements to mitigate the flooding events. Roadway grades were D.DATE COMPLETED: raised in low lying areas,redesigned grading of the roadway with the addition Ongoing of stormwater structures and upsizing of various existing stormwater piping was included to facilitate positive discharge of surface waters. E.SAVINGS ACHIEVED: We utilized AutoCAD Civil 3D to perform Baxter & Woodman implemented the recommended improvements by the design of regrading of the roadway providing data collection, preliminary design, final design, permitting, and utilizing the corridor construction bidding services.The$12.9M project is currently under construction. application, This allows us to visually - -_ - --•••••••• � interpret elevation deviations between _ existing and proposed surfaces '� + , and design transitions between the .1160 , - 'r • , iki•„ t , two surfaces. This minimizes costs r rt.►, e OW t A vO 10" tf4 associated with grading issues in the ,.#4,1,le f�� �-- field. y >,•` xr•AIII '' •f _ .« F.CHANGE ORDERS A r1. ' , ' 1` • ' 1 t ' Currently 4 change orders. $360,879.10 P ifie,i;:-f. r- , 0. - _. r; total to date,$283,717.42 of that total '�t* )_R . , , kit 1 w • , is owner directed change in design to ! y 4'"*r widen roadways. �y •!v 'C 7....e•-•• ::00: /pip cr. . '-1- ..; ; G.PRESENT STATUS •'• � ,'� "e•'°• i,- UnderConstruction tt_4' ' (r IT in par '¢ ,10% ?.7 IN Pi Pr •:F; , • CONSTRUCTION COST: k' PPM 080" Town of Gull Stream ®` $12.9M ! •,- N — A -...n�an r• Core Basin Drainage Evaluation • ' -� . N =••••n=,e Scenaro 3 BAXTE 00 D M A N BAXTERWOODMAN,COM 1. Submittal of General Info & Procurement Forms & Documents Qualification Statement: aPRO QUALIFICATION STATEMENT THIS PAGE IS TO BE COMPLETED AND UPJ.QADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: SUBMITTED TO City of Boynton Beach Procurement Services 100 E.Ocean Avenue Boynton Beach, Flonda 33435 check One Submitted By: Corporation x Name• Rebecca Travis,PE.ENV SP Partnership Address: 1601 F or1an Plow.Suite 430 _-_ _- _-- _ Individual CITY,State,Zip: Went Palm Beach.FL 33401 Other Telephone No.: 561.4251715 Fax No.: 815.455-0450 Email Address.: Rravisoba><terwoodman cam 1. State the true, exact,correct. and complete name of the partnership,corporation, trade, or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is Salle'6 Woodman.Inc The address of the principal place of business is: 6678 R dgebeId Road Crystal Lake,IL 60012 2. If Proposer,s a corporation,answer the following: a. Date of Incorporation: February 1,1946 b State of Incorporation lenses c. President's name Lours o Hauserman,PE,PTOE Executimreseents d. Vice°residents name Sse r0r'11 _ wow v u IA dm*:gamy FE e. Secretary's name: Derek.1 Wold,PE Rebaeca Travis,PE ENV SP —_-- Seen E 0-Den PF I Treasurer's name- M.lrnaelK;nSy,PE IA&.e 0 KW PE g. Name and address of Resident Agent _John Amnrose.PE,(801 FONm Pude,State 400.vwl i Palm beach,F-33401 3. If Proposer is an individual or a partnership,answer the following: Baxter& Woodman, Inc, J.Submittal Of General Info& Procurement Forms& Documents •93 a. Date of organization• NeA b. Name.address and ownership units of all partners: NIA c State whether general or limited partnership. NJA 4 If Proposer is other than an individual corporation or partnership, describe the organization and give the name and address of principals: N'A 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. NIA. 6. How many years has your organization been in business under its present business name's 79 Under what other former names has your organization operated? MahewsCom/It ng 7 Indicate registration, license numbers,or certificate numbers for the businesses or professions which are the subject of this Bid. Please attach the certificate of competency and/or state registration. Sec attached. 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES X NO 9. Have you ever failed to complete any work awarded to you?If so, state when, where,and why No 10, List the pertinent experience of the key individuals of your organization(continue on insert sheet, if necessary) See attached 11 State the name of the individual who will have personal supervision of the work: Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents • 94 Rencre Trains.P.ENV SP 12 State the name and address of the attorney, if any, for the business cf the Proposer Holmstrom Ke,nedy rM N 10...4 kc:Arcaa IL 61,0.1 13 State the names and addresses of all businesses and/o, individuals who own an interest of more than five percent(5%)of the Proposers business and indicate the percentage owneo of each such bus,ness and/or individual: hour v a-txosa,L U.I:MU Hasa C:clm Chia. 1-60031-c 549. ia,a 0 Hsusswm,P,esicert 104 Sovh Ot Street.Crisis Lime5.45% Oe e J Wold.Exe cuhve Vice PresdeWVSec-cbry,e42 ChonooPc-Cowl NOpelv..ie.IL 60540-6.48;4 14. State the names, addresses and the type of bus•ness of all firms that are partially or wholly owncc by Proposer See attacnec 15 State the name of the Surety Company which will be providing the bond(if applicable), and the name and address of the agent N,A 16. Annual Average Revenue of the Proposer for the last three years as follows: _Revenue Index Number_ a. Government Related Work t0 b. Non-Governmental Related Work 7 Total Work(a+b); _ 10 Revenue Index Number _ 1. Less than$100;000 2. $100,000 to less than$250,000 3. $250,000 to less than$500,000 4. $500000 to less than$1 milkon 5. $1 million to less than$2 million 6. $2 million to less than$5 million 7. $5 million to less than$10 million S. $10 million to less than$25 million __ • $25 million to less than$50 million 10. 550 million or greater 17 Bank References: Bank Address Telephone Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents •95 St Charles Bank&Trust Company,N A.,411 W.Main St.,St Chanes.IL 60174,P:630-563-7916 18. Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule(continue on insert sheet, if necessary). See attached 19. Provide descriptions of quality assurance/quality control management methods(continue on insert sheet, if necessary): See attachec 20. Is the financial statement submitted with your proposal(if applicable)for the identical organization named on page one? YESl X ! NO 21 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g.,parent-subsid ary). N/A 22. What will be your turnaround time for written responses to City inquiries? hurler b WWdmal w ii acMOMAOZic receipt of re-,jest within a da,of rece.ci ace fellow lei.with A telephone cli f0•scuts'"e I if,s tee's art 4nle`rarre 23. List and describe all bankruptcy petitions(voluntary or involuntary)which have been filed by or against the Proposer, its parent or subsidiaries,or predecessor organizations during the past five(5)years. Include in the description,the disposition of each such petition. N/A 24. List all claims arbitrations, administrative hearings. and lawsuits brought by or against the Proposer or its predecessor organizations) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers. the name of the project in which the dispute arose, and a description of the subject matter of the dispute. See attached Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents •96 25. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer, its principals or officers,or predecessors'organizations)were defendants. N/A 26. Has the Proposer its principals.officers,or predecessors'organization(s)been convicted of a Public Entity Crime,debarred,or suspended from bidding by any government during the last f.ve(5)years? If so,provide details. No The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposers qualifications to perform under the contract shall cause the owner to reject the prcposa I,and if after the award, to cancel and terminate the award and/or contract fl (Signed) (Title)Executive Vice President STATE OF Florida COUNTY OF Palm Beach The foregoing document was acknowledged before me. by means of fYphysical presence or (7 online notarization, this /_.) del day of 4,14,,,A.J' 2Q1 by Reoecca Travra PE.ENV SP , as Fxee.iiva Vice Preside/11 of 8axleQ ar.Inc who is personally_ to me or who has produced as identification. ota rc(Signature) My Commission Expires: /9f c/ Notary Pu.eublic NlonscStateof Florida 11 My ommlt+t+lon NM 45 1 a++ Expires 111075/2"0'1 0!5/2027 Baxter& Woodman, Inc. I. Submittal Of General Info& Procurement Forms& Documents•97 7. Indicate registration, license numbers, or certificate numbers for the businesses or professions, which are the subject of this Bid.Please attach the certificate of competency and/or state registration. Licenses, Registrations, & Certifications - Baxter & Woodman, Inc. q7 V OP MIST PALM IIIACN SOD Mho.*I.pa,NIM nm i .n..I..eaa< t..,.,e err. .,r.. ..... ,,..t...0.00._I Mt 22244.0w.. rr.r L•P . t.t•I.e.oAn •.ab.!.trent w:Mnroirw.,.,..•»a. State of Florida ;7- M wr IYMwMwP.I.l.17:1 sM•• WIN AT Welt 0.4 C1 taM .A..*.I:rM•t•^Tt+1.a/my-•h Y woe*.v.w..r n•t.vw w-*a.Will r w CO,Or. Department of State WI..C,..on.,e.w...4.�M....�.. ,�,.-�,. .., 2r1 Oce••MM•M•w p..r..+-.Y w.e.we»,..M..rruNr a Mc•wv N w I•Yda Mir.•er•..w«wray M•r•K•Y no ePw»re•.r•M 1M Wry Cor n on Y boo..w.wra M 1011 1•••410111 WA I certify from the records of this office that BAXTER&WOODMAN.1NC is 't �tt•0 cera Pt,iu+aene tsrLlw�ryt.l..LAwI Ppne tic .0 n 10.040 MIK • an Illinois corporation authorized to trammct busmr s to the State of Flonda, qualified on May 2.2016. •TA.:noes T2A61.KAT•a td16PCa4q y l IOA,6 OW;ii. The document number of this corporation o F16000002059 Mo CITY OF WEST PALM BEACH •..00M08.44u ....•-.:,1OM.•rata '>5:. ' N' 104M•Vrl_oMte%nnnrI)unbar certify that said corporation on Laspaid all fans due this offie thioufh 1z aROAM•c �..,er..• upt-s ra, December 31.20mi 25.that as most recent annual r,porttform busmens report was filed on February 4.2025.and that its scams is active • I feather certify that said corporation has not filed a Cemficate of Withdrawal .VIN ....n MMoeP.r rr+.q.ww N.• EXPIRE& st:PTHreltt 13. 2025 Gmsa•Mdn err haul W Aa GrN 01 eer T&seal,,,i t Gods( rl4 1tk roan MOt lase 1 .,we ILN ..y.. u TWLFanM,At Cgrl�(•s d1 To..n Jo•zF dqq 1114-15i4\ Feb,.arv,1015 M 1 • 'r•_•1•�1 6 ♦tMM M. •M Pu x..aN w..,+rnwn..f—4— teMA^ w 7C K 7 .•.....•,, "'." r....,.,.t..u,�waw e•ciros sierra P.•csierra.•. - / yw....w i?f•Mla•MAY r_3I•01srclrxoy OJ f M.........»,.,••...ter..•.a own,.,n. TnBit••sirs 11l1351:1fIC4 To MMrit•Y 1nt•It�ttlLaiit tY W AI00.4 EA... O�411 011 ' t M.we.L Dia•••L.•Mins,u6.YM Sim the amoebas digabyr1 2W•tars LOW EA. .r•.WI. 1pia�t atMKR0.e3q we LIM Rung. )010']06• aaµ.r�'M'�a.Er.e'rr tic..,�....oc.aa_cr•a..retta...t,•.. MUMS:OP ..z6n • int art MSC 1SC tett 02 III f11.0210A 22222 M IMI O.•0ISIS SI6 PR2pS6t121A1•I.OLAr1211 410 dbpr MIME ILWNCt2 -XI 1Mr' o+r.n.....� *Y. Alm,. - OAITIRL WO0LYLN..c W.... riot..fill• ser._tic 10.M. C•tttnOLAM6 Nam 10012 ••Y.,Mr.I. IA/0*NAM Hnrwrnl4.11/N. !Arno lYp Korey '.• lybr ' Sib Can* lAtimarti $ot.e OMM14M.m. O•re..4 SOrb., •IurvM.w• Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•98 FD01 Florida Department of Transportation ROK DESAKTIS 605 Suwannee Street JARED W.PERDUE.P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 25,2024 Louis Hausmann,President BAXTER&WOODMAN,INC 1601 Forum Place,Suite 400 West Palm Beach,Florida 33401 Dear Mr.Hausmann: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequatify your firm for the following professional services types of work per Rule 14-75,F.A.C.: 3.1 Minor Highway Design 3.2 Major Highway Design 4.1.1 Miscellaneous Structures 4.1.2 Minor Bridge Design 5.1 Conventional Bridge Inspection 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing 6.3.1 Intelligent Transportation Systems Analysis and Design 7.1 Signing,Pavement Marking and Channelization 7.3 Signalization 10.1 Roadway Construction Engineering Inspection 10.4 Minor Bridge&Miscellaneous Structures CEI 13 5 Subarea/Corridor Planning 13.6 Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted,and your firm may pursue projects in the referenced work types with fees of any dollar amount.This status shall be valid until June 30,2025,for contracting purposes. Approved Rates Home Facilities Premium Home Overhead Capital Cost Overtime Direct of Money Expense 162.26% 1.212% Reimbursed 5.65% 1 Per Title 23,U.S.Code 112,there are restrictions on sharing indirect cost rates.Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator J.Submittal Of General Info& Procurement Forms& Documents•99 ___ ,_ __. 10 .... o......�..._ ._.. .?Lamy 4FBPE As.E F3PE _ STATE OF FLORIDA +I r.>,...e,..•. STATE OF FLORIDA......t.....,_._. ..y E DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGNIEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENG111EFR HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES TRAVIS,M.REBECCA HISCOCK,JEFFREY G 1601 FORUM RACE SURE 406 400.3 WILLOW RUN UO BAXTER&WOODSONPALM BEACH GARDENS FL 33418 WEST PALM BEACH FL 33401 I ll®/SE 11lRAB0t DE10988 UCENSEPIUMMER PG39M IMITATION DATE.FEBRUARY 28,2027 E7IPIRATEDN DATE W Y11.2027 Maws weft haw.or,.r.ea.:bneut MY eas Adds dd.,fads.dime at MtFbWlittnte to. in 0o not Jur the de,.net+n any to.. �4s� Do net der the added n am teen The nroer Goner kn,.*..4ed/or anyone ad,..than NePanato uer Na doddered it. The a fed is,,,.heer/aee,.he added other Cur.the kends to vw the deeded r on.,t••••••� ret - . .BPCrp4 r. .r _• A FBP[ STATE OF FLORIDA .�.. STATE OF FLORIDA ..... DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED TINDER THE THE PROFESSIONAL ENGINEER HEREIN IS LK ENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PRINYAVIVATKUL,SIRA J. RUSH,ERIC 2078 FOXTAL VIEW OOIIRT HEST PALM BEACH FL 8 333IAOIAS WAY 41107 yp FT.LAUDERDALE FL 33301 Lutas lRaER RE64655 _0INB-_.._ _.--- 11EIR PEi76S4 _ IPNATION DATE FEBRUARY 28.2027 EItDIRA1ION0ATE FEBRUARY XL 2027 Alcor r•e4 kends did at Matbribl:rmusou Aden mit,hews feline a M,MidHe,nee.,o. 7 CI C`T.40 De nae Ste Nn dauenwd e,any fan T' N•% .+�'•.i1r -i d• Do not alter Cut deeded n.ey loco. •'/T,/�;•'. The a vowkeew<k n teLwhd far Mtioa*Mr 0.4,Ne Pr hfuv Bea deemed ,'y Tle at to dente h a.th.4W by caned odd Nut B.4l,Ye to de 0.,deo,wet r•0.' :. I BPE .>4.2`= 4I 13('L STATE OF FLORIDA - STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED TINDER THE THE PROFESSIONAL MINCER HEREIN IS LICENSED AIDER THE PROVISIONS OF CHAPTER 471 FLORIDA STATUTES PROVISIONS OF CHAPTER 471,FLORIDA STATUTES COWAN,DAVID JAMES JR. HURLEY,ARTHUR JAKE 6150 SAVANNAH WAY 3421 SPANISH TRAIT TAKE WORTH n 33463 DEIRAY BEACH FL 33483 U®lIENIIR@ 1'BS7l15 DOME MAIM PE90674 DmRIIIIDN aR FEBRUARY 28.2027 DT/RATION DATE FEBRUARY 28 2027 Mu+n'mf,deed odd at td Fdad broom to.. Isar.del,lura,woe s M,OMtM l K011C tow `LJ:,'. Do rotakw the added r m fano 1Y1Lr' Dor C::doe,.n,nrt want'feed2., •• TTes a veer kens,.k a teia,afur Id anyone flew Be.'the dente*to use un deeded, f o,•22',47,4_::.. The pea kerne k. unlawful Me fw der allot Out,OW h,.,..,to vee Nr.data..., Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•100 IIMMI 4. STATE Of FLORIDA FBPE •-1,1;- i Frill STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGLRA710M t r '---'' {DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED SPIDER THE THE PROFESSIONAL ENGINEER HERON IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES BERG,MEGAN E. SHOTTON,ALEXIS RENEE 3570 5 OCEAN BLVD 3209TH ST REST wit LARX PARK FL33403 SOUTH PALM BEACH FL 3.3480 [--- UCEfSE NUMBER PE36861 U®BEMiraTe710{7M DIDIRATION DATE FEBRUARY 28.2C127 mai/am DATE FRIRIIMRV M 2027 Alt.ntwit 1•erc•v sN.ne a MF IerWlican.toe Akan n.oh f e.ae.•slim v Merionennencc m O OT: u 'FDo not after nn 4«,eaeu c.ono NeinV...4.'• • Do not ata R.document nono lora Thor,is owe 4eme It u unlawful b anyone alb ran the licensee tome t s 4on.nan r a;,'— Din is tar&cane it a,Heald/or anon oche than the Ikensee to one the elocvnent 111111111 tate of Ciinoi �� Department of Financial and Professional Regulation IMMIllge OWNIon or PtoNwbnr R•Gt4•son o 1pFIFRMO 1/28. II."16 if,)}*. a RRD 1 •�.�-- —.�•�.•_,.••�_ trx25 LICENSED PROFESSIONAL ENGINEER � ' xDs.x? "+ MARY TRAVIS • ZACHARY T SCHUSTER 1444 SACH SCHUSTER 3081 N.HAUSSEN CT RI I NVISION SUSTAINABIUTY PRO/1SSIONAL CHICAGO,IL 60618 • • • • C) ,• • __ _ ll rap�.�..., .. l o=ar: vb>lBT liftme MINIM 11111.111111. m aen..tw w... woo 11111.11111 111111111111 gal SAM 1/11E ma DAVID COWAN IPEK AKTUGLU 4154 14,44 I NNSION SUSTAINABILITY PROII%IONA1 �I 1114 • , Milan xf—be....,sa_ Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•101 Licenses, Registrations, & Certifications - Ritzel-Mason, Inc. Fled.Irmatmant of Apical.*and Casana Santo. 'S'-. \\ allillb, RRood of ne®SurveyorsSanaa .1 Mappers 2005 ApdbPim,ea Pim,Tr0h-or,F00 lona 3`3 -0544 •. ._J March II 2022 i MMm •JFLA(us,1521 r(950r x12221 February 27,2115 Rind Meso,Inc. An-bon.D .Rood 5119 Boat rood Rd (:.VD<Rol.<MASON II yaal.r▪.dRe•a• Delray Beach,FL 3.3414 5330 VAN BURIN RD ..arm.aro r- DF1AAY BEACH.Fl.1)4144240 Otto r'a•r`34"•15 Dew Mr.ROM, a..a wow pope wooa The PJM Beach Cary Office of Fowl Bathes.Oppounon l OF BM h.. <armlo ed as.*vin of yrs appl...n and docdtans and a pke od to or a.• _ gamma that your Ban has ban re certified for u Art, rut*Smal matin 1 rasa•13)44. ®.wr O.Pa-r arm... OEBO9131-Mapplag SerkeDS40.L CaM•grap5, Ywpl•m'rawaa..mM.W r••••••b0•••••••,/./.Fla9adra V 1v record W idC.a W ant ..alrl. . e a Nairn 92784-Sanaa Sonia.land pow. woo.MW • 94291-L9al I warm So..(U.4ergravaa) h an. M. .. �•N atern.2a,201' taws ••••••••Como as.Small Business Fn c(SIP)for three 1 You en raerd Imp pia*nom..0 au laded<µ r•.r�N„.r rvw, sows a.. 62015 1.yyran,expiring Apra M. ,.More...",....hore a ow Maya.as...a..<i.'. CLYDE NOM%MAwnn a.�- 2923.You.ill not raerre SnTWI Renu.Fntaprae(SIE)toe.id.eanon r e am.a�eou ras b .yba •lea a. a if!MN bid n banother area Fxbaed a your oath. *1 W.••••a••••be Rata .•a r...wow=+V Yens.f.hull be',kart to the d the Paha Beach County :,...0=...i.....7...............==Mao ere Dour. smear Wawa*br ro.nn �1 Fr°Vmea wy.aW Mpas stow<L... Purchasing Ordnance and all State and Federel law relating 1a to the a411-7152 a 1130-4M41130-4M4221y0W221 transaction of balneM w ar. This carona..a..you to f123040 a(011.0115 appavneas .........* ohm IM arm.products and ar20 ofTaed by you f are beteg concd for bd.As an.dmbonal.pert to your fen.you roll be included In the wow•'^ Palm Bach County Directory of certified SSC/WIIF.lbrae If you r5.h to here yolame changed,passe coat.err oFce at(541)616 °-'M" yo.fano'. ._-_ 6040 ....Taw a• So.: Pose You vgnyoablc•m• n paio6< Mw to rfy you r4n0.a 11•.)4 o 114913 11....1 ti continued eligibility Any change. 120 report M my ('Witty iiill Mayen lora A..r..r nun TJJ.a s Y.taus. ...F moo our Fa..a.M T Depart-n<T2ir n.mut also be mewled a OE110 Yaw 011310 arae and veedor code rut.the same m ball Parham.and OFAO False .auram boor ban in accordance.rah S MAVITP negieemena contained o the Patin Bach County Com or failure to repro changes in 0e.ts21a of your firm may rash In you firm being decertified Rmaalber,aheeera you respond m.County iota you Mal do a leader 01 name of Wad Professional Surveyor and Mapper license Bae,set aim radar code 993.101.111923. LwrFwwo004.4 n.Fera.tear. CL. ll ROWS aa.•a1.n.-.•tea Smcerrly, MLR.saac Lfl*2 , 915 VAN WWI RD ■� V RRLRAY a8.1lRti gMWSN Wear MOO. Angel.Swath C.0.1110.4.<0 AaRY.92.M Small nun.=De.ehgmnnt Specular BI Fiona Dep...of Apo..-d C9n..•n•r Sanaa Florida Marie n.n of Agra..find Conner 00 Sarna 411111114 Denim PCBs.Stakes Damao of Coo...Snow Rafe ofP.dseml Saes.r Magas Bed e/Paleaml Surveyor.r Mappers j 1005 ApaWa Pl.r'q T.airee,Flail.32YNJ500 �-`., 2005 M.rW Ferny T.1Mbra,Fed.323.4500 /j/'1� 8001m)flA(4fYT3515a 9210(x0-1221 //I \\ Fob.. 1001m1F1A(435.1152)or 1150)4121,7221 Fo•..17.2023 February 27.2015 RITm-uoSOy1,Plc DENNIS ALEXANDER 177712 5330 VAN BUREN RD 2087 RESTON CTR DOAAY BEACH,Fl 13484-4240 ROYAL PAI11 BFACR,FL 314114109 DN.Ire• Walter P.amwl S.wya W Mapper Hama 140,0.00•1.00161 110012(•1:PMeara.12 Srreyw.and Moon lar 0 1.3d%5 rot D•pae••I or Ap1•ar. Y w opium,nor.i M.aelwm.i vnne.. .'+non ea moral by<loo..2_Va.,Latta W ,e.••••••••r.aw.IM.1•••••••99•9999.oM�epqp4'� (go.4.M PrA.by/a•.ya. two a.a.owl mow l a nems by Claw an,Plana fwa.•..W/e•smlr WMapen Free. n.or wenn Mow r sr.4.ey l ear.2s:or no ban upon below W a s.W baa.Yd•ey 21,2027 .tato Ymp Nosed M lop you ahe.a ml.Boat coma Mar ver w saw.at wimaaie9aaaavemn r etre Sar....ow If you Yoe Wady mad you Woo o<.wu.you of M.. Ya pngad 8•w rad da vera M.Bawd<v.r heiminaadonoa W Mpg •bw to•••••••y.r luar Yoe oowo W Woo aW.W a.oar. Plats vale ea whoa a^v 118b19aArYe ea oat pea rCl•a ua..5roaa arts. sl••.rml 1f pm law•bendy 0=1•11,4•are rat to R pea b•••a: baa$-110)•bat.PwarCawaa t.v+as•..dNndester•yae .•Va•Maaa-ye Me.Yaedeo[Wee.r MrPp-w 106451101 r 150-W 72.1 • whs.••bra a.whoa a 11ya ars•aarr 9aaaa.Feer a,..n a.bW.Gro au(s.�nW.pww+✓11210 I'S i a1(:Wmalwrw...danaeM.12 S.wya.raapr• a.P.ar M•ea.my2A tar a r0-4515152 a 11048414221 , ...M."*".:;::......r..... w y..,.....ve l-......,....... 'e LAVAS M..M•14More. 6.naur.ig•I•• err.... I.OD ... r r err... 11)453 w ..r F.Prre•Dar Ibr.y 1.Ml. NW*.92: ILicenses, Registrations, & Certifications - Smith Engineering Consultants, Inc. (SEC) 411, F KPF STATE OF FLORIDA P County- Office Or Egtlal BlisInes Opportunity OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS cane.rri Smith Engineering Consultants Inc. THE PROFESSIONAL ENCINGER HERON f2136F3.320 UNDER THF Vendor a SYET0174 PROVISIONS OF CHAPTER 471.FLORIDA STATUTES ••�a+r n+r.aa.ssae1.,ar.aa-ata,.«r.,�:an:,.:m>m« Where Sewn county comms.owe,66,eaoa mor Jimmy D.2@a b Anna,24 ler TY2a0arOaorbs arida Pawxlm re moored wde b•arera&ar'. SMITH,LARRY MICHAEL MOM.'1.21.•••••: '. a••..:e'R .r"°Conost.o:2r. e .e-i axel...r.a 2161 PALM REACa[LAla3&LVD :LETT 212 WEST PALM 2EA0a K 31119 LK 6015E NUMBER PE45997 ` EXPIRATION DATE:FEBRUARY 242027 ., Com. """rte•4....r••�' Our.vet*k.—..�.al,x M1bNalin..<..a.n �'"-. � , rk J J .:.-. Da.-seerr:ma...,.n ld sheer a... ant to �"^,y, TM1as v slomat.RWMJ . C . kr rrvv,.ally Nn N.Euvr torn 660 doom/It `•�^' (r1,an'- . r r r 011,107f � CaySmd. FDO �,`��j Souk armee..Ormilas Too 2.III Poke Bach Loins B See 561 a Florida Department Transportation Wert Palo Bad FL 33409 mos z_3 Sem: caw..ur Tallman 7L SlPYM'a rove.. Dem Larry SIm. ,T„•„r mono ? wwRewm.2R2a The Aka/Eh Grimy 00a ofEgon Unarm Oppmmrt(OEBO)h,coropied M*r..A.mA ern.•, a armdyaRikria addonmea rd n Paned b manatees your from a. bas baadaaallidlle ....,r. 2 - 8 SMIYNS M.N ERWG CONSUITAN D.01C �. yd/a1-Ba�aar,/d�e/r/ 2161 Pam Beat 4.66066 Brsrlea 9r 312 pO,y. a. �_ word Par.next.Fnlda 33119 is Int Bal ms (Wit Ow laseeT OEBO BC alliTr.uol.fail l...temphe( amlmaa dm AI mea n,e — lanab&aa&dudkr low The falbm ra , Molina Dependent Traepmn tad b. m• pr n& &&peo Dreglaearian pat&pe and aaammrd ala Mem rOmOea A adequae b es,.nag Yore/ale&eaten ea armadas a re Aha Beth Cary paprey yar a.Of as 2bwq parapet altar epos Of mar pef Mr 1475.f AC.: W� 6�lesct and all Soy aC Fedrnll Wang b ltomorrow o7 6.2 Tran391.31Wong3l meg OP.. takell. r*n.w... 6.3.1 60!29601 TraH96666*SystemMaryut a7.8 aNDoDoor W.�Wc.wr TbD mea&Madera&re porta*aaasncsO app®tmb sten 61.3 F.Ira9enl Trsuportamr 3yYede Ma4eTMmaRaT ..14.4..1. aapabadraeacabbd byrwirm is Wog madam! bid 6.3.3 rurTyent rra&Iportaoom Tran:En9n.ayg+)'seems Commonracon Ala4dii=aalNa2 Tara lm,rets as be allyda&Pan Bach 72 Orrery ...&*+- Caw DirrryatasaredSW:ME r®s If 10.1 insla b Ewe moi Sms herr{ 73 braerreon are chard Owecasa or a 061)61614140 Ver arm 1 ram MLNllaly pep edea rem the Depaftmen;b Pm1aYaN!DeMaee n `45--' Yaw dlatlorlaeOarsY abiea b pax&ream la naafi.nuowaned Ne aurae It1r•Msa mare types Ya 110.may PiXHae pita,n Be 1122.0.320 can trim, r M1ta�b Calm ofttate narrated a Ieaa Mal 6939 CO3 60.'TTb MN.vrau De meld mla ••1.0 11 . D'Ip able awned a OEBO Tar agape,ase 1.109 tar'DOT fM•oa&ns MI5p. adaaarEadlsbe re sear a ban Purbanog ad OEBO AideB, =Me Nadaraaordba maiSMWBE agoir®m wormed b BMA y9ww nave any gs.mors. pee 2r RN to moray mm el elnr a' rMNiaBeth OesyGait a dalRe a apron&no n a dm Ann of anayetuOmlWW1 u may pane a 656-414.4592 arrAdoeso}. Tar 6a sawmill yea.Sao boardeta-_6x.Remoter eh®esa Nor „•,,,.ei, aw&a a CAlylid Tao cans do b maw to rag of Sall Fro"or,O smartly. Comooksals ha alba RTI 11.61 or.SU5161y! �/_^ jt( Scmrls'. /TMj �I W�. Cauyn X!1 1 r - Prm2661032 SenbN ouamcatlm ADaun Yra&o , 68746* tiro Lor Afnapr .BPR UNLIT! SERVICES •mm, :.,,no ow r.....r.r ar•4 rent..N,...,la.ma,t.peter-. 1M..... .S. ~II 161.06era. r...y M...*M r,...a...,.. earwwe.Mae,INC. aper..w... awe 0T../.Yum.0n •a/312a•.1 i.ra-s,,.. per.,.0" M.sso, o........ ••/ins......,.„., Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents •103 Ir. Licenses, Registrations, & Certifications - Pacifica Engineering • Services, LLC Pxil.ca Engineering Sarv.ces LLC MUM,OAD0 Cobb PUBLIC 501000 .a•.114... a.0.-osis_ . Toa v M. un ass Is TM serea Ili �..SUMS M_a :y/Women Business Enterprise(MWBE)Certificate am ass eara sea sal TNS UMW eel CMEC Pacifica Engineering Services,LIC D Oa1kD MO COMaOLMD ST A3N AFRICAN AMERICAN �j T f�Frill �w PLt&M IT TO WAS DAOe COUNTY h1PUC SCNDO.WAND rout.7000. *ASS■'*O 3l1Cf Ac tj tet, ase be..x aur rstno Torr be.*Dia ..,.e.w. The mast 4...says MO no r sea f32 J.71A....a1��✓ WO•11111 MEMOSCOOLaa O.aWAwrye bars ..aarrl«✓_r.l 1110.11•1.11 0011014101•110.41•0411rYoa,eL......T.F0.14 e... Pass114•14.111.1.4.101.4.ST11..(T.11rl IMON9wr4 Own.E....Oas...ay SeOan,01 weauc00CeS 1.b75700 d.0.0 Ia..Oa Omsk*.lava 0.5 . sa-..a....i.Fral " Il-T.sn.roawwurcwo.erwnw9xam mw 2,. ...SS.Silo 11 : ,s.•..... ... .p�•- • ••1 +O. I.OS010OIOETl T61M6 sTNl[Q IYw.MVM.S1Ti] 3 etlru/f iWOYadimaa •••• MOM IIIMMOIMMIME11. .:` Mrr4 a.ew awar amam .r+� .,'.•s.. NIANI Davalirf baseo b..4r•o•Mse.us R. s55t.ns�ne see eras.cors•ISM ..c0m+aars mm alas 55..an 0.w..do.to.r.. Ras....hm same Ste row n...o.rroe she NWT.,11,.c s.now.rrv-re.rrrc sans caner �.1..a r.•erlI a.,.......W.14....1.1104.1.RI.•a.m..me*ass arca &.sore MS. .a 104,10.1.1.r.anaral...rnoa MOM, MAMA 0.S.br 9.3044 Oro.. Ilhoky room 'em.. kilo rwpnap&moo ICC r•••di1•,r+ NI 11 Camps Mar SM 303 bloat Bra.PL 34.1 App..rl D. A. 34 MN Sail tomo:Pa.ryno.Ant...mdk layer.!TFIl_4kI) ' Sam Oar Count' Lgv.er Dot Anon Al.t1:" MO 1d•aU I4.aoe.Nos erns. ArdtoaeuwEMM^oald/WE I Dos Weds.Tot=. rwormwr oMalo •Dsdler Como Cas.d sadl Boa.Dodge= 09y S.coop._.I..,..;m d yaw appbaaa r sods,=bolo'ke onfoadon r..s.M 00aeky conked as e Sbe-1a5e Caay Sal mer. TK'ew..a..Sy ncpnl a"MR KC rand.To Sac tole,Taws(San peps.as;woad by Soar 24 11 LL 241412 240.401. WADI a Ma WO ser.toot Ft SSW 34- s 33 02 d 54 -Doe Co .Ceat!1 ca .TO.SW bosom torpor.Aclowa3 k rAS1E t•s ( AkE) nos ♦pea d ...,W ke r.r i-2 atom,.Homo..n vies<ms o oLobs y.PCI no)/aero alis(s)nolo. a(s) sM.sr.aw4 aYISAYf lob*re eewake..oo a..imbed Tribe 0 rondo,.q .4 4awr 1111.o -a.A Aa do a d.gmva:mot d stl taboo.•----•- AFI 0.a.(Mill a Wadapey(19))by, 0.rw.w *,a oPoo sol.00owe mw...41 s,..bads Os Camey b..row mesas raw. be m,r„Ib.'may C90',do,poor soa-e a 011 r.(3), aso�r-moss�r Cray .wa:a a attar NScwewl#ea res9r.M linea m.aa✓a bra tae. nwm beam.Y.-ar 6adkm Syne GBYW�To al am iva for fop s.S.SC.hen :re Owl.r wwr r.MM.,.room •►.mot.oe w provide do arl(•s npk.aa r.Mrd soppobe rs_ead_a/1 ire..a.dmook,a Mena O..o oos loo 1...c. way « Cwl7aawa Sams solo.50 SOer.4 o' pw.n .*N*Tsa ub5..ya Oa Ire-r`baa a e mai a hues 1,coato.now step u Is toedd p.boa3iadOA ae.an..eer.. 3 as mesas p7garreasa.waw.sees.,tam..cos rw.n.wae at....."`• a..w..op far bar pews./61,coma,otloa.().l oho Yeas a b .)n.aal mof 4s...Ww.ee.awrll.p✓Wawass.M Q.✓.M✓CMw. rf Te rawoesIbis oft.a,ro rm.(Y.*,vied.dart of Er dial.dm elm ap•(Q she WM I SNve.p t7atw.awpa s..Yes.aa peessate,oros e..d►aea.M.Ss✓w.s... !oaerY obodEW .twawa;ium®a.leo.,l ass..body wmabe 5a do Aka nb bo 30. • Same b0 ISA poet if sears Ito.a.ed.SSD d sr.l7.:an mitis awed....Mab Se Sr*she RUNeassag.Aads..h500 0r0lop.shape.less.w.ans..a rua Sa10..yM+low r,.r Is *et Mass.est.Se's hrOelaaSosC.MsM .40..,.a4s. 6a.Y11arMe.M lbw less MirSod.ocn-.-db.Ira x.*5.a ass also vo....se=Women 3id•fia T•••• y ONYs.sw waw Mut srw ir..1..70 M"st,11..040' s _a.abwa.,a.'.,ob.dome to e.rnvwaMraee p .w all be nue Ma..n.,S4.a,q sapesmery she et Now seam see sera hot ea QS/Woo Cass...ti .dam.peas Me toso 44071 70.oba S.ba•1111111 powoot to plat, rad.Ube W..mer Roelof ndeerie as e..wy++.a Mbor..........1,0 •M..ad MC zoo Ow wMaa.w ra.w«now.• 3d aThW 1.a b annoy ea IL SBE ariOd E...Wckcolt*wowed km.Mod-Dads mom or lass a0*04 to saw.a.same a TUN.elC F ea mess.b almsry am amp 4 e. airs gsa.aaa. s.kat. T1.asspare a*5 bo dam onto oppac 11..4.(0141.111.,I.11..4.(0141.111.,I. e.n s bid ad;rvp.a 4 commas Sae::Duw.0 Esse** SAs,seal arms,..n0.MeM.eryMoss eWW Nw.n asses Sae.oats M........0.o.ton. D0 staph a40.rocs.oar Oma.1,63.wd Ska.Dda Gamy.A.y.a t'0. ow rec. •...0C Wlalm w Po'ow.a%a.e lino,C.a...can...Maury To.•OC o..No,ebw...,. nag.amu b yin mesa,a dop knM....., ow.,N 04 Tar....064441.110.C.e+ass seem sass G.w.woe s Mummy.Meuse..ams w. Cosy II you bows s,5.5504.a caeca.,a on coon/ow ods w 303-3'31I)i.0v moo:b .owe•M.rlA.w+rwrrpy..+.,W...aW w1.ws uwlsa✓ar ✓�C�+doCed I0....Lon Oma Waynip 4.40.0aNam.insours se..s.4.-s toes est baa ea war O sty Sisosaty. .................0.pe..wa....y..swu.Wa sass.•.r.ass da dwaww.me M e C I _,2_/ mee Irate .b0..memeI..,1a..M..•Os.G,nya5..a...t.b...M^yr.M.rl..v,M�A.eeeMa .,..maw 7Se[d-/sC CLIy 11MoosOm.;rysaw mea..bast✓..Ne is ale.,..,iso 12,0.1 M 041c M 244.0 see Ss Moneys Ol.0 solo 01.0 Pas9ar 40..'..0..•a.Sas.asYwl.a.4w wee sees s waw 0V n * -.asea.c Ss Ms...* G•S sap s......b.44.474.11..11,..r 4.,.4 ',rm..C.O....Loses. Lo,...C.o., Coloossa cldbwey o...s..a a assay woo N nog*. IIOLTa sae 0161kY S.AE.DOwlwwaw>Omae*57, SWAM MDCPUlpal 910r90OacaL wan Wt•tem1 eaysamaao p.m wawa dm MOS.MUMMAT Te3TO0 SVCS 1.111C-ICC MS MASA OI%t.DVI.Te31O1-144)9 aTna 140ICC sal 011.114.00.T6:a6RsaSXf A.1)11M*_aSl s mess..ar..w.a.e.aawseses.a:.»4.rr.c.....dons er. }UCSSa1L D0YOnoto,-*VI0A Baxter& Woodman, Inc. J. Submittal Of General Info& Procurement Forms& Documents• 104 Local Business Tax Receipt LBT Miami-Dade County,State of Florida State of Florida T"I$IS"°.""" "tirPAY 7299175 Department of State INSNISIS `"a`a1 1011 "'"'"° EXPIRES PACIFICA ENGINEERING SERVICES lLC RENEWAL SEPTEMBER 30,2025 2159 NW 92ND AVE 75889E0 Muer be deployed at Place o+n.:,e.. DDRAI FL 33122-1507 Pursuant to county code I certify from the records of this office that PACIFICA ENGINEERING Chaps.en Aut s a to SERVICES,LLC is a limited liability company organized under the laws of the State of Flonda,filed on August 17,2017. WNW INC MI of aln.r6, PA;ERCA EhUhEERM SERVICES LLC 217 PA.CORP,PARTNFRSIIIP.IIRA mruunwm. CIO Ircr.SUEY C FOSTER,MGR 037328 PIM MIMI The document number of this limited liability company is LI7000176490 372.00 07/10/2024 Impbyee(s) 16 INT 24 421737 I further certify that said limited liability company has paid all fees due this Tr..Lou'Bested.Tr Neeserrrarr ao•Oneerwrel elite Local Baste..Nu Twtl.e..nsat.bcs.. office through December 31,2025,that its most recent annual rt rt was filed peewit et•e.rau.n«et ON WIN, r*OWN.•a.r«mem oomph yeah any Oe.«..•.w Po eeyewr..teltaMpg.,haNe east e.4reaeetas rheri ep,te to the hue.0 on January 11,2025,and that its status is active. TT.IMC11P1 NO atom ovate teleplapal..ell comae,,..i.,:.,.i.s rue.,ostleCe•s.,$,271 Ne mere IMram.....nam•amae.wMr ae./re.celbc,a, Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eleventh day of Januaty,2025 F i _r • Secretary of State Treeldat N..ber.27375f8843CC T...bentic.ie eve reed/kale-Malt the toOo.i.r SOge ter this.umber..•d On NN..clic IOarurtio.e displayed tttpttirrrieeeauebizeryn7aapeCertlaeateOfSiar.✓Cer W ereAetue.tkatioa J.Submittal Of General Info& Procurement Forms& Documents •105 10.List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) Rebecca Travis, PE, ENV SP Project Director Rebecca has experience that is both progressive and responsible for both '� �► civil engineering design and 9 9 9 project management. Her experience is in private sector, residential, and commercial land development, as well as municipal stormwater, roadway,and utility projects. Her range of experience includes performance of complex professional engineering work involving investigation, planning, design development, permitting, management, and • construction of public and private developer improvement projects. Rebecca Travis, PE, ENV SP Years of Experience:41 Jeff Hiscock, PE Project Manager Jeff has extensive engineering management experience with focus on •y41F- water management engineering, stormwater pumping station design, and .- :` Geographic Information Systems (GIS) programming. Jeff is specifically • experienced with municipal stormwater design and detailed basin flood- routing analyses using computational hydrology and hydraulics computer modeling, and GIS. Jeff Hiscock,PE Years of Experience:39 Ipek Aktuglu, PE, ENV SP QA/QC f' With over 22 years of experience in civil and environmental engineering, >� . Ipek specializes in quality assurance and quality control for engineering, design, and construction projects. She focuses on regulatory compliance, implementing QA/QC procedures, and maintaining project accuracy • and efficiency. Her expertise includes reviewing project documentation, '' identifying potential issues,and verifying adherence to industry standards to support the successful delivery of infrastructure projects. Ipek Aktuglu, PE,ENV SP Years of Experience: 22 David Cowan, Jr., PE, ENV SP Senior Engineer David is a Project Manager with extensive engineering management experience. He specializes in the renovation and design of stormwater, water, wastewater pump facilities, and water conveyance and distribution systems. David also has experience with long-term planning projects,capital improvement planning, and condition index observations. His previous experience includes stormwater management on both watershed level and site development. David Cowan,Jr.,PE,ENV SP Years of Experience:18 J.Submittal Of General Info& Procurement Forms& Documents•106 Megan Berg, PE Stormwater Project Engineer & PermittingAlki Megan has experience in civil and environmental engineering, focusing on stormwater management, permitting, environmental inspections, and regulatory compliance.She has worked with municipalities such as Pompano Beach, Lantana, and Delray Beach, providing engineering design, plan r reviews, bidding, and construction services for drainage and infrastructure projects. Her expertise includes stormwater system design, securing grant funding,and navigating complex permitting processes to support sustainable Megan Berg,PE and resilient community improvements. Years of Experience: 16 Thu Nguyen, El Stormwater Project Engineer Thu has two years of experience in civil engineering and has earned her master's degree specializing in stormwater and drainage projects. She has worked on drainage improvements, stormwater master planning, and flood mitigation efforts in Delray Beach, Lantana, Gulf Stream, Palm Beach County,and West Palm Beach. Her expertise includes designing stormwater y, management systems, assessing drainage infrastructure, and developing solutions for flood-prone areas. Thu Nguyen, El Years of Experience:2 Zach Schuster, PE, Ph.D., CFM Lead Modeler Zach is a Water Resources Engineer with a professional and academic 41' background in floodplain and stormwater management. He received a Doctorate and Master's from the University of Wisconsin-Madison.Zach has managed projects for both public and private clients focusing on stream bank stabilization, floodplain management, and permit compliance, and he is part of our sanitary and stormwater modeling team. He has used several different modeling software programs, including PC SWMM, the model previously Zach Schuster,PE,Ph.D.,CFM used for this project. Years of Experience; 8 Alexis Shotton, PE Grant Assistance & Compliance Alexis routinely assists senior engineers with the design of water main and sewer improvements. Since joining Baxter & Woodman, Alexis has excelled • in the fields of computerized maintenance and management systems, underground infrastructure, water and sewer rate studies, Sea Level Rise r Vulnerability Assessments, and grant assistance/compliance - including HUD grants. 1 ' Alexis Shotton, PE Years of Experience:8 Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•107 Sira "Jockey" Prinyavivatkul, PE Utilities Project Manager Sira serves as Baxter & Woodman's Water and Wastewater Department Manager for the Florida Division. His expertise includes design of water and 4440 wastewater infrastructure including lift station, sanitary sewer, stormwater management,potable water,and water reclamation projects.His background includes providing engineering design, permitting, bidding, construction management and observation for roadway, pavement,culvert improvements, pressure pipe, pump stations,as well as levee inspections. Sira"Jockey" Prinyavivatkul,PE Years of Experience:26 Arthur "Jake" Hurley, PE Utilities Project Engineer Jake Hurley is unique in his ability to understand projects from the perspectives of the municipality, general contractor, and design engineer. Jake's focus is kyr water/wastewater and he is a Project Manager with experience in engineering design, permitting, bidding, and construction services. He started his career as a field/project engineer working for the general contractor Wharton Smith, Inc, then joined the City of Boynton Beach Utilities Department as a project manager and staff engineer. Arthur"Jake"Hurley, PE Years of Experience: 10 Emily Altman, El Utilities Project Engineer Emily Altman joined Baxter & Woodman after receiving her Environmental Engineering degree from Florida Atlantic University. She regularly assists Project Managers on a wide variety of infrastructure improvement projects including wastewater needs assessments, neighborhood utilities improvements,and master planning. Emily Altman,El Years of Experience:3 I Richard "Rick" Chipman, CGC Construction Advisor Rick brings extensive experience in municipal construction,including building projects, site development, and water/wastewater treatment. He excels in construction administration, complex project oversight, and supervisory / V management. Notable work includes sea level rise resiliency and drainage improvements in Lakeside Gardens, rehabilitation of Lift Stations 26, 45, +/ and 51 in West Palm Beach,and managing the Sea Pines Stormwater Pump ,, Station project in Lantana. He also conducted a constructability review for Rick Chipman,CGC the IQ511 Pump Station Piping Improvements for the Loxahatchee River Years of Experience. 44 Environmental Control District. Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•108 Eric Rush, PE Construction Manager O • Eric is a licensed Professional Engineerwho has worked in roadwayconstruction management at both the state and city levels. His experience included direct and indirect management of bridge and highway reconstruction projects, auditing construction project files, processing subcontracts, change orders, and contractor payments, developing and maintaining construction forms and spreadsheets, drafting and updating state DOT construction policies, manuals,and specifications,and supervising construction management staff Eric Rush, PE for roadway, building,and park related projects. Years of Experience. 26 Brad Stoecker Inspector & Public Outreach Officer Brad has a strong background in construction survey and layout, inspection, and documentation.His eight years of experience with the Illinois Department of Transportation gives him in-depth knowledge of IDOT standards and procedures. His interpersonal skills were developed while supervising IDOT projects, where he coordinated work between the engineer and contractor and kept the general public informed of project status. Since relocating to Florida in 2016, Brad has been involved in various project site inspections Brad Stoecker Years of Experience 35 and construction progress documentation for many water, sewer, paving and drainage projects. Brad also provides daily reporting in the format of photography, video, and visual arts, which are uploaded to various social media platforms for public notification regarding design and construction status updates. Brad is also a commercially licensed UAS pilot. By following strict safety protocols, all flights are conducted safely and in compliance with State and Federal regulations. Anthony Monroe Construction Inspector 111.. Anthony is a skilled construction inspector offering 25 years of experience serving as a superintendent for contractors in Florida. He is consistently praised for his effective coordination between clients and contractors. Anthony's main priority while overseeing projects are maintaining clients' budgets and schedules. Anthony Monroe Years of Experience:25 Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•109 14.State the names,addresses,and the type of business of all firms that are partially or wholly owned by Proposer: Concentric Integration, LLC 8430 W.Bryn Mawr Avenue,Suite 400, Chicago, IL 60631 Type of Business:Automation &Controls Baxter & Woodman Costa Rica, SRL 1548 Bond Street,Suite 103 Naperville,IL 60563 Type of Business: Consulting Engineer Baxter & Woodman Boller, LLC 3045 Washington Street Waukegan, IL 60085 Type of Business: Design/Build Baxter & Woodman Natural Resources, LLC 17009 Harmony Road Marengo, IL 60152 Type of Business: Ecological/Natural Resources Consulting and Natural Area Maintenance Baxter & Woodman Real Estate Holdings, LLC 8678 Ridgefield Road, Crystal Lake, IL 60012 Type of Business: Real Estate Tocoi Engineering a Baxter & Woodman Company Green Cove Springs 714 N.Orange Avenue Green Cove Springs, FL 32043 St.Augustine 405 Golfway West Drive St.Augustine, FL 32095 Type of Business:Consulting Engineer J.Submittal Of General Info& Procurement Forms& Documents•110 18.Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule(continue on insert sheet,if necessary). J. Project Budget Control Engineering Services Fees At Baxter & Woodman, we pride ourselves on producing high quality, cost-effective projects. This begins with having a scope development meeting with the City, design team, and stakeholders to identify the objective and expectation for each project. Baxter & Woodman Project Managers believe the development of a scope of work is an extensive exercise in performing preliminary data collection and research to develop a scope of work that is all encompassing of the project requested by the City.Baxter&Woodman will identify the appropriate staff that can perform specific tasks for each project at the highest levels of efficiency to minimize project costs.We do our best to avoid requests for additional compensation by providing accurate scopes of work and will only request additional compensation if there is a clear increase in the scope of the engineering services. Project Design Budgets Once a project is under contract, Baxter& Woodman utilizes Deltek Vantagepoint for project management. Deltek Vantagepoint provides our Project Managers the ability to budget and schedule staff hours effectively between multiple projects to avoid overlapping of resources which can cause delays in submitting deliverables. In addition, Baxter&Woodman performs weekly project progress meetings to discuss project needs and identify resources.The old saying, "Time is Money," is a mantra Baxter& Woodman staff live by. Maintaining project schedules is a key to maintaining project budgets. On design projects, Baxter & Woodman will execute designs by following the City's design standards and federal and state requirements while identifying the most cost-effective solutions with the most cost-effective materials meeting City standards. We develop and review cost estimates during planning, preliminary,and final design stages of a project. Back-checking cost estimates at each stage allows us to verify there has not been "budget creep" resulting from project enhancements. Value engineering is also performed at each design stage to further manage and control construction costs.This extra attention to budget control confirms our engineers'estimates of final construction cost will be as accurate as possible. At the 90% stage completion, Baxter & Woodman will assign a Construction Project Manager to perform a constructability review of the Contract Documents. Having a construction professional perform the constructability review assists in further reducing contractor opportunities for change orders. Their experience can identify conditions that could be issues for a contractor to construct the proposed work without requesting a change order for additional time or fees. Project Construction Budgets Baxter & Woodman Construction Managers have years of experience in the industry in South Florida and have worked with a number of the typical general contractors that perform municipal project construction. This experience allows our Construction Managers to be prepared for what to expect from the general contractor before the project begins. Construction change orders are minimized by having accurate and complete design drawings and specifications. We routinely receive compliments from contractors and material suppliers regarding the thoroughness of our construction contract plans. Evidence of this is further indicated by the tight grouping of construction bids our clients receive on projects. The thoroughness and accuracy of these construction documents result in savings to our clients for two reasons: Lower Construction Bids Minimal Change Orders - The construction bids are lower because the khan •a Orders are m nimized because the documents show contractors do not build in risk factors due to the r'gwrements and the contractors cannot claim conflicts unknown conditions or requirements. or the need for additional work. Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•111 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): 4.2 Quality Assurance/Quality Control Our team recognizes the importance of a clear focus on providing a QA/QC PLAN quality product. Our Quality Control Manager, Ipek Aktuglu, PE, ENV KEY ELEMENTS SP will monitor the implementation of the QC program on each task order and will confirm that work is performed in conformance with the "QA/QC Plan." The committee will work with the project manager to select an appropriate senior reviewer for each delivery based on applicable experience and technical expertise. Customized Checklists Our team's quality management program incorporates oversight of specific quality control functions to confirm that: 1.1 • Project staff including subcontractors are qualified to perform MEMO their duties and meet regulatory and project specific training requirements. Items and services procured for the project meet Compliance with necessary quality requirements. Project Deadlines • Quality related work is documented and the documents are managed and controlled. • Computer hardware and software is controlled. • Work is properly planned. Readily Available • Work procedures are established where necessary. Support Staff • Work is reviewed and quality processes are audited for effectiveness. • Deficiencies are documented, and effective corrective action is promptly completed. Reviews by Our team's QA/QC program emphasizes to all project members that Senior Engineers quality is nota"one time"kind of commitment,but rather is a continuous process of improvement. In addition, we utilize our construction managers to perform constructability reviews. The quality of our designs stems from our commitment to being certified ISO 9001P:2015 for Quality Management System.Baxter&Woodman's Active Engagement design process has received this accreditation for demonstrating our with City Staff ongoing dedication to quality by consistently satisfying our clients' requirements and industry specifications. (y.sTIF4.O ISO Baxter&Woodman's wastewater design process has received the ISO 9001:2015 Quality Management System accreditation for demonstrating our ongoing commitment to quality by 90\ o'.zois consistently satisfying our clients'requirements and industry specifications. °MPP�y Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•112 Baxter& Woodman maintains the certification by: • Utilizing customized Quality Control/Quality Assurance checklists for each project • Maintaining compliance with project deadlines • Offering staff available to perform work • Performing reviews of deliverables by senior staff Baxter&Woodman uses the Bluebeam Revu program to perform QA/QC of deliverables. Bluebeam Revu is a powerful Portable Document File(PDF)program specifically developed for design professionals.Baxter& Woodman has developed a standard operating procedure (SOP)for reviewing documents using Bluebeam Revu Studio Session that allows us to document comments from the design engineer,CAD technician, and the senior reviewers simultaneously in real time. The review process begins with the creation of a Bluebeam Studio Session. The design engineer will utilize tools within the program to _-_. �— draw or denote comments on the drawings that =. are recorded in a table with a "red" color status identifier. The CAD technician can review the -I _ '�' comments in real time and provide a response to _ �� the comment or change the status to"Corrected" - _ • - which would change the color status identifier ` _'"� to "green." Once all comments are updated to "Corrected" by the CAD technician,a new set of drawings are printed for the senior reviewer to perform a backcheck. The status for all "Corrected" items will be updated to "Backchecked," which would change the color status identifier to "purple," by the senior reviewer to confirm the comments have been updated by the CAD technician.Once all"Corrected"statuses have been changed to"Backchecked,"the senior reviewer will begin reviewing the new drawing.Comments by the senior reviewer will then be reviewed by the design engineer for further discussion or passed on to the CAD technician to update.The senior reviewer will perform one final review of the updated drawings before submittal to the City.All Bluebeam Studio Sessions are saved for recordkeeping and are available for the City to review if desired. Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms& Documents•113 20. Financial Statement Financial Statement Baxter & Woodman, Inc. is a privately held, employee-owned corporation. The following pages include a letter of reference from our bank-St.Charles Bank and consolidated balance sheets from the previous fiscal year. ij'I ST. CHARLES BANK' � & TRUST COMPANY, N.A. A WI NTIt UST COMMUNITY BANK April 3, 2023 To: Whom It May Concern Re: Baxter&Woodman,Inc. /ii• rely, r 1 Rich Id A. Davis -Chairman&CEO 1001 S. Randall Road Elgin, IL 60123 Phone: 630-563-7916 Fax: 847-429-6773 RDavis2@bankstcharles.com 411 W.Main Street—St.Charles,Illinois 60174-630-377-9500 FDIC _! Baxter& Woodman, Inc. J.Submittal Of General Info& Procurement Forms&Documents•114 BARTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS December 31.2023 and 2022 2023 2022 ASSETS 1LNrEMIKAMINE (These statements are continued on the following page.) - 5 - J.Submittal Of General Info& Procurement Forms& Documents•115 BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS(Continued) December 31.2023 and 2022 2023 2022 LIABILITIES AND STOCKHOLDERS'EQUITY 111111 I 1111111, 111111"-1 Ira See accompanying notes to consolidated financial statements. -6 - J.Submittal Of General Info& Procurement Forms& Documents • 116 24. List all claims, arbitrations,administrative hearings,and lawsuits brought by or against the Proposer or its predecessor organization(s)during the last five(5)years.The list shall include all case names,case arbitration or hearing identification numbers,the name of the project in which the dispute arose,and a description of the subject matter of the dispute. Litigation History As a large regional consulting engineering firm providing services in the states of Florida, Illinois,Wisconsin, and Texas, Baxter & Woodman, in the course of our business, occasionally becomes involved as a party in claims, disputes, or litigation. However, we can affirm that there is no pending or threatened claim, dispute, or litigation which could reasonably be anticipated to have an adverse impact on our financial or professional ability to perform the services contemplated by this proposal. Below is a list of litigations from the past five years. Name and Location Nature of Claim Date of Resolution Date Of Claim and Cwt COM 1:01alayi Etat* Active/Inactive Claim How Resolved Anne W Humbert vs.Oak Forest,Baxter&Woodman,Iroquois Personal injury. 2023 Case In discovery. 2023 L 0072511;Groat Court.Cook Active Paving Corporation,and Traffic Control Company Cly,IL John M.Hughes vs.Manusos General Contracting,Inc., Personal Intent. 2023 Case In discovery 2023 L 0035251;Circuit Court,Cook Active Northwest Technical,Wundedlch-Malec Services,Baxter& County,IL Woodman,Inc.,and Stantec Consulting Services,Inc.f _ Steven W.Becker,Thomas I.Becker,and Jeffrey C.Becker vs. land disputa between two property 2022 Baba Woodman submitted 22 CV 3875;United States Merge ACEI Possibility Place Nursery,Inc.,Connor B.Shaw,Ill;Tristan Shaw;owners. motion to dismiss. Cott,Northern District of I/inois Kelsey Shaw;Shaw Family Dec Trust;Saw Family Trust;County of Will;Will County Land Use Department;Tim Mack;Greg Ratajczak;Brian Ruiner;Nicole Roedl,Scott Klinger;Baxter& Woodman,Inc.,Donald Wauthler;and Berns,Clancy and Associates,P.0 Chert Brown vs.Village of LaGrange,LaGrange Elementary Pedestrian tripped on sign post outside of 2022 INACTIVE-Setted 2021 20211.007195;Occult Court,Cook Inactive School District 102,Board of Education of LaGrange School right-of-way/on private property. County,N. District 102,Commonwealth Edison Company d/b/a COMED,an Illinois corporation,Trygi Construction,Inc.,Undahl Brothers, Inc-,and Baxter&Woodman,Inc. _ _ Charles McGill vs.Foster Marine;Baxter&Woodman Pedestrian tripped over sand bags. 2021 INACTIVE-Settled 2023 50.2022rA-010273.1000(-MB;judicial Inactive Circuit Court of Palen Beach County,FL Raymond Mixer vs.Len Cox&Sons;Barter d Woodman,PT Bicyclist fell in cerotluctlon tone. 20X0 INACTIVE-Settled 2023. 2018 L 3e22,12th Judicial arcus Court ksective Ferro Co of WIIl Canty,IL John Malone vs.Village of Glenview Construction worker Injury 2019 INACTIVE-Claim wao dalad, 20191006916,Ckglit Court of Cook inactive plaintiff failed to reit the dais. Count,P. Case closed August 2022 Unda Bruno-Coffman and Richard Coffman vs.Southeastern Pedestrian tripped along sidewalk in 2019 INACTIVE-Settled January 2021 17th lude4l Circuit Could Inward Inactive Engineering Contractors,Inc.,Murphy Pipeline Contractors,and construction rone. County,R.CACE-19.002x9 Baxter&Woodman J.Submittal Of General Info& Procurement Forms& Documents•117 J. sur mutat OT uenerai Into at rrocurement forms at uocumenis Non-Collusion Affidavit and Certification of Proposer: r a a / 0 V Mins NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED.ND UPLOADED QNLINE State of Flaca I County of Parr l Rabacca Travis PE.ENV 3P . being first duly sworn. deposes and says that: 1) He/She is Ewwt'et"cc�resdon' of aueler a wooertan.Inc , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal, 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion: 4) Further the said bidder nor any of its officers,partners, owners,agents,representatives.employees or parties in interest, including this affiant. has in any way colluded, conspired,connived,or agreed directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boy nton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee,or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in,the BIDDER's ousiness,who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the wnting of specifications or requirements. solicitation of offers, decision to award, evaluation of offers. or any other activity pertinent to this procurement is presumed. for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any 7 i S PAGE IS 10 BE 5U3M•TEED ALONG WITH THE BID FORME BID PACKAGE TO BE CONSIDERED COMPI FTT AND ACCEPTABLE 39 relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no time to cure. NAME RELATIONSHIP N IA Witnesses: BIDDER: / Typ 4 / Signed: me: Jeffrey Iliscock Name: Rebecca Travis, PE, ENV SP Title: Executive Vice President Typed nam Mark Dachsteiner STATE OF Florida COUNTY OF PatnBs.ch The foregoing instrument was acknowledged before me, by means of j3kehysical presence or ❑ online notarization,this L)M day of„/liaiLc-C1 2 by Rebecca Travis, PE, ENV SP , who is personally known to me or who has produced as identification. Subscribed and sworn to before me This ,/1441 day of ,20.2 • ry Public(Signature) My Commission Expires:4_1.1'7 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AN DACCE PTABLE 40 I J. Submittal of General Info & Procurement Forms & Documents Scrutinized Companies Affidavit: • CERTIFICATION PURSUANT TO FLORIDA STATUTE§287.136 THIS PAGE 15 TO BE COMPLETED ANR UPLOADED ONLINE I Rebecca Travis PE.ENV SP on behalf of Baiter&Woodman,Inc. certify Print Name ana Title Company Name that Baxter&Woodman, Inc does not. Company Name 1. Participate in a boycott of Israe&; and 2.Is not on the Scrutinized Companies that Boycott Israel Lst:and 3. Is not on the Scrutinized Companies with Activities in Sudan List;and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List:and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute§287 135. Section 287 135, Florida Statutes, prohibits the City from 1)Contracting with companies for goods or services if at the time of bidding on. submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, ES. or is engaged in a boycott of Israel:and 2) Contracting with companies, for goods or sery ces that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, created pursuant to s 215.473. or are engaged in business operations in Syria. As the person authorized to sign on oehatf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name"does not participate it any boycott cf Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on ether the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List. and is not engaged in business operations in Syria. I urderstand that pursuant to section 287 135, Florida Statutes. the submission o`a alse certification may — I 1 Submittal Of General Info& Procurement Forms& Documents•120 subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Ener y Sector List. Baxter& Woodman, Inc. i/(-2,i,e- _----• COMPANY NAME SIGNATURE Rebecca Travis PE, ENV SP Executive Vice President PRINT NAME TITLE 3 /1t� DATE STATE OF Florida ) COUNTY OF Palm Beach ) The foregoing instrument was acknowledged before me, by means of, physical presence or ❑ online notarization, this /-1-4.1 day of /if 201acby Rebecca Travis PE,ENV SP who is personaltyknown to me or who has produced as identification. Suoscribed and sworn to before me This L]*T day of pic.,.. '\ , 202±) o Ty Public(Signature) 1 CV 0 --7 My Commission Expires: —_ A: 'v aPuCllc Slue of flcnpa Llse Alonso y Commission NH 41181' Expires 1 0/5/202 7 J.Submittal Of General Info& Procurement Forms& Documents• 121 it J. Submittal of General Info & Procurement Forms & Documents E-Verity: .v. � r •��a v E-VERIFY FORM UNDER SECTION 448.095,FLORIDA STATUTES gjjg PAGE IS TO BE COMPLETEQ AND UPLOADED ONLINE Project Name: Chapel Hill Drainage Improvement Project Solicitation No.: RFQ No. 25-0180 1. Definitions. "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor. supplies.or services to such employer in exchange for salary,wages,or other remuneration. 'Contractor' includes but is not limited to.a vendor or consultant 'Subcontractor"means a person or entity that provides labor,supplies.or services to or for a contractor or another subcontractor in exchange for salary,wages,or other remuneration •E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participatng employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1,2021,Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees.Contractor shall register for and utilize the U.S Department of Homeland Security's E-Verify System to verify the emp oyment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract;and b) All persons (including sub-vendors/sub-consultants/sub-contractors)assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach;anc c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract,the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees.Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does riot employ,contract with,or subcontract with, an unauthorized alien.The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s.448.09(1)Fla. Stat.,the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s.448.095(2). but the Contractor otherwise complied with s.448.095(2)Fla.Stat.,shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a)or b)is not a breach of contract and may not be considered as such. 1.Submittal Of General Info& Procurement Forms& Documents•122 J. Submittal of General Info & Procurement Forms & Documents Foreign Entity Ownerships Affidavit: l � AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TO BE COMPLETED AND UPLOADED ONLINE The undersigned,on behalf of the entity listed below('Entity'),hereby attests under penalty of perjury as follows: 1 Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes.(Source:§287.138(2)(a),Florida Statutes) 2. The government of a foreign country of concern does not have a controlling interest in Entity.(Source: §287 138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of.and does not have a principal place of business in,a foreign country of concern.(Source.§287.138(2)(c), Fonda Statutes) 4. The undersigned is authorized to execute this affidavit on behalf of Entity Date' �//Z2g Signed: "6-4--6-e--4°---C/ Entity. Baxter &Woodman. Inc. Name Rebecca Trevs PE.ENV SP Title: Executive Vice President STATE OF F 060 COUNTY OF Palm scaj1 The foregoing instrument was ack owled ed before me, by means of hysical presence or O online notarization, this 1_,Mtday of i 204.c. , 2Q.S._, by Rebe Travrs PE,ENV SP as Executive Vice President for Raxter&14hn^nur I^r ,who is personalty known to me or who has produced as identification. Notary Public Signature: if Ste o f Florid t are e Print Name: Lisa Aioxao ` Notary Public State of Florida Lisa Alonso Ittl My Commission 1114!61511 Expires 10/512021 My commission expires:iv/,//a7 J.Submittal Of General Info& Procurement Forms& Documents•123 d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor,the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Baxter sd n,Inc. Authorized Siknature: Print Name: Rebecca Travis PE,ENV SP Title Executive ice P sidenl Date: > 2.S.-- Phone: 561-425-7715 i STATE OF Fiords ) COUNTY OF Pain Basal ) The foregoing instrument was acknowledged before me by means of*Physical presence or i online notarization, this D 'day of kkadt.P1 , 2025, by Rebecca Travis PE,ENV SP on behalf of r f r -' (JrJmun He/she is personally known to me or has produced ____ as identification. — NOTARY PUBLIC • ' Lisa Aonso (Name of Notary Typed.Printed or Stamped) Title or Rank NH YS/S-t Serial number,if any ` Notary Public State or flo,ica ' Lias Alonso ,..,iiii.1., My Commission NH 451611 Expires 10/5/2027 J. Submittal Of General Info& Procurement Forms& Documents•124 J. Submittal of General Info & Procurement Forms & Documents Anti-Human Trafficking Affidavit: rY: r AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS 10 BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below("Entity"), hereby attests under penalty of perjury that: Entity does nol use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled `Human Trafficking.' Date: 5 !7.= 20 Signed Entity: Baxter&Woodman.ir:. Name: Rebecca Travis PE,ENV SP Title' Executive Vice President STATE OF rtoioa COUNTY OF t'a,i seam The foregoing instrument was acknowledged before e, ' y means of 1 physical presence or 0 online notarization. this ,1_day of Man r_j'� . 25, by NebeccaTrays PE,CNV SP as Eaecumve Lice President for Baxter a Woodman,Inc. ,who is personally known to rneAr who has produced as identification. Notary Public Signature: µairy•J • sfeil@ff hiii b c Print Name: Lisa Along,' Lisa Aloneo ( �r My ccrnmisebn H11151811 "„1 Expires 1or6rsa27 My commission expires: l0'a S 11 7 J.Submittal Of General Info& Procurement Forms& Documents•125 If J. Submittal of General Info & Procurement Forms & Documents Proof of State Certified or County Competency: State of Florida Department of State I certify from the records of this office that BAXTER & WOODMAN, INC. is an Illinois corporation authorized to transact business in the State of Florida, qualified on May 2, 2016. The document number of this corporation is F16000002059. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on February 4, 2025, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Twenty-fourth day of February,2025 [HE y L r • 41Ios we Secretarytate of Tracking Number: 1428554187(T To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displa)ed. https://serviccs.su nbiz.org/Filings/CertificateOlStatus/CertificatcAuthentication J.Submittal Of General Info& Procurement Forms& Documents•128 J. Submittal of General Info & Procurement Forms & Documents Certificate of Insurance: AC-C)R1)' CERTIFICATE OF LIABILITY INSURANCE DATE(IeVDONYTY) 12/20/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: H the certificate holder Is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). PRODUCER NAATEACT Morgan Ebel Holmes Murphy&Associates PHONE FAX 2727 Grand Prairie Pkwyc.N.Exit 612449-2438 1(A/C,No): Waukee IA 50263 ADDRESS: MEbel®holmesmurphy.com IIMl1RER(s)AFFORDING COMM* NAICS INsumatA:Valley Forge Insurance Company 20508 INSURED BAXWOOPC uautate:The Continental Insurance Company 35289 Baxter&Woodman,Inc 8678 Ridgefield Road me eats:Continental Casualty Company 20443 Crystal Lake,IL 60012 INSURER D: INSURERa: INSURER : COVERAGES CERTIFICATE NUMBER:1752417346 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS MSR'LTR, TYPE OF INSURANCE 'ADOL MAI POLICY NUMBER IMMIpD/POLICYYYYYYI OS' _ UNITS A X CONeERCIAL GENOIAL LIABILITY 7017821337 111/2025 1/1/2028 EACH OCCURRENCE $1,000,000 CLAIMS-MADE I X I OCCUR DANAGETO RENTED PREMISES ii.yr} J_ 000,000 MED EXP(AnEaw p.r.on) $16,000 PERSONAL a ADV INJURY $1,000,000 GEN.AGGREGATE LBIT APPLES PER GENERAL AGGREGATE $2,000,000 POLICY 7P.,a n LOC PRODUCTS-COMP/OP AGO 82.000,000 OTHER: 8 e AUTOMOBILEUAaLTY 7017833701 1/1/2025 1/1/2026 COMBINED SINGLE UNIT $1,000,000 LES_acd0Mrg _ X ANY AUTO BODILY INJURY(PIN parson) $ —OWNED ^.—SCHEDULED BODILY INJURY(Per acdd.nt) $ --- _,AUTOS ONLY AUTOS HIRE AUTOS OILY _AAUTOS ONLY ealder0 $ B X UMBRELLA LIAR Ix oc ctla 7017836416 1/1/2026 1/1/2026 EACH occuRRENCE $16,000,000 _. aaCESS use CLABM•MAOE AGGREGATE $16,000,000 DEO I X I RETENTION 8-mom •$ Y C WORKERS COMPENSATION 717818881 1/1/2026 1/18026 X 1 s AruTE I I Fir- ANO EMPLOYERS'LIABILITY Y I N AN,'PROPRIETOR/PARTNER/EXECUTTVE El EACH ACCIDENT 81,000,000 OFFICE R'MEMBER EXCLUDED? NIA (Mandatory In NH) EL DISEASE-EA EMPLOYEE$1,000,000 II os describe under DESCRIPTION OF OPERATIONS below EL DISEASE•POLICY LIMIT 81,000,000 C Protessonal LAbdty AE14591900841 1/1/1026 1/1/2026 Perddln $5.000,000 Clams made kxm *MOM $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached II more.pace N required) For Reference Only CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Sample AU RIZEOREPREEENTATVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD J.Submittal Of General Info& Procurement Forms& Documents•127 1s Submittal of General Info & Procurement Forms & Documents VV-9: Form W.9 Request for Taxpayer Give Form to the (Rev.Octoba 701L Identification Number and Certification requeater.Do not Department ole ve Tresekry send to the RS. harm Revenue Servos ►Go to www.insgoy/ForrnW9 for instructions and the blest Information. 1 Naas(q shown on you,income tax mum).Nems b marred on tarn Ire,no rim leave this line Manu. Baxter 8 Woodman,Inc. t Business rema'dregartad etay name.a dererent from above t Check aptxoprete box for rdrel tax desaauticr of the person whore raw is•,bred on Ina 1.Cheek only ens or the 4 Exemptions(codes apply a*to ato wing seven boxes octan entities.not ndvnduele bee Instructions on page 3): g ❑ Inay.d,url'sde propr(etor or I1 C CaporatIon 0 S Corporation ❑ Pertnanrvp 0 ThstMetae = snots-rner"ber LLC Exempt payee code(t Ary) t? ❑ umitect 4eWiry company.Etter the to classification(C-C corporation.S><S corporation.P=PartrrrefJp)► `d %C Note:Check Or eponyms*box n the h e able for the lax classification of the singlrnrmber over.Do not duck Earrrpton horn FATCA repaRng LLC d the LLC is clesatled r e amore enbr LLC est is d'sngrd•d horn err w ow. unless the owneror the LW a trod. .no S another LLC that is not d..geded from the ower for U.S.federal tau purposes.Otherwise..erng s-r,embe LLC that a o a disregarded from eta owner ahead check the appropriate box for the tax dessdicatbn o1 is owner. ❑ Other pre mst'ueopa)C owe.aero-*...wr.rs.ws N hili vt a Address(number.street.end was or auto no.)See instructions. Ren wen's name and address(optbaq A 8678 Ridgefield Road I(Sty.star.and Zs'code Crystal Lake,IL 60012 1 List account nart+beris)here Optional Part I Taxpayer Identification Number(TIN) Enter your TIN In the appropriate box.The TIN provided must match the name given on lne 1 to avoid t aeaW eseurlll ranker bsolatp withholding.For individuals.this Is generally your social security number(SSN).However.for a molded alem site proprietor,or daregarded entity.see the instructions for Part I.lata.For other webs&N is your employer identification number(EJN).If you do not have a number,see flow to get a 714 ker. or Now Vthe account is m more than one name.see the instructions for line 1.Also see What Name and Enuelayer iriesuiloallon mamba, Number To Give the Requester for guiddnes on whose number to enter. 3 6 — 2 8 4 5 2 4 2 Part II Certification Unoer penalties of perjury.I certify that: 1.The number shown on this norm is my correct taxpayer identification number(or I am waiting for a number to be issued to me).and 2.l am not subject to backup withholding because:(a)I ant exempt from backup withhokkng.or(b)I have not been notified by the Internal Revenue Service ORS)that I am sub(act to backup wdhhalding as a resuk of a taiure to report all interest or dividends,or(c)the RS has ratified me that I sm no longer subject to backup w+thiolding.and 3.I an a US.citizen or other U.S.person(defined below):and 4.The FATCA code(s)entered on this form(d any)eradicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because, you have failed to report all interest and dividends on your tax return.For real estate transactions.item 2 does not apply.For mortgage interest paid. aoyuisroac or abandonment of secured property,cancellation of debt.cdntrbutidre to an individual rebrernant errrpement IRA),and generally,payments outer this,Interest and dmdsrlds.you we not required to son the certecaton.but you must provide your correct Tx See the kutruotlons for Part N.tater. Sign Signeture of lioret4s err ► (.. of Deis I. 7/1/2024 General Instructions •Fpm 1099-oN(dividends.rnclud ng thea hon stocks or mutual Section references we to the Internal Neva,:ie Code unless otherwise •Form 1099-MISC(ver ous types of income.prizes,awards,or gross noted proceeds) Future developments-For the latest information about developments •Form 1099-B(stock or mutual fund solos and certain other related to Form W-9 and its instructions.such as legislation enacted transaction by brokers) after they were pttished.go to www vs gov/FormW9 •Form 1099-S(proceeds from real estate transactional Purpose of Form •Form 1099-K(merchant card and third party network transectorns) An individual or entity(Form W-Ei requester)who as required to fie en •Form 1098(home mortgage Interest).1098-E(student ban interest), information return with the IRS must obtain your correct taxpayer 1098-1(lurtlon) identification number(TIN)which may be your social security number •Form 1099-C(canceled mitt) (SSN).individual taxpayer identification number(MN).adoption •Form 1099-A(ecouisnon or abandonment of secured property) taxpayer Identification number(ATIN),or employer identification number (EK,to report on an Informetlon return the amount paid to you.or other Use Form W-9 only a you are a US.person(eiollhding a res(der,t amount reportable on an information return-Examples of information alien),to provide your correct TIN, returns include,but are not limited to.the following, It you do not return Form W-9 to the requester with a TIN,you might •Form'099-CIT(interest earned or paid) be aubjact to backup withhodg.See What is backup withholding. later. Cm.No.10237X For,W.-9(Rev.10-70110 1.Submittal Of General Info& Procurement Forms& Documents•128 J. Submittal of General Info & Procurement Forms & Documents Anti-Kickback Affidavit: 1, V• (dr- \, t ' r 0y*e 'se ANTI-KICKBACK AFFIDAVIT TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA : SS COUNTY OF PALM BEACH I,the undersigned hereby duly sworn,depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift,directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: NAME-SIGNATURE STATE OF Florida COUNTY OF Palm Beach The foregoing document was acknowledged before me, by rgeans of physical presence_or 0 online notarization, this pt day of tJ lc",c/'� 20,E by Rebecca Travis PE,ENV SP _ as Execive Vice President of Baxter d Woodman,Inc. who is personally known to me,or who has produced as identification. Sworn and subscribed before me this /4) day of ke,A k. , 20,24.5 Printed Information: Rebecca Travis PE,ENV SP NAME Executive Vice President TITLE NOTA at Lar Notary NM State or Florida i Lisa Alonso Baxter k Woodman,Inc. My Commission HH 451111 1 COMPANY Expires 1016/2027 "OFFIGK, EF bTARY SEAL"STAMP J.Submittal Of General Info& Procurement Forms& Documents•129 Exceptions & Inconsistencies Inconsistencies with Indemnification language on page 36 of the RFQ and page A-15. • Requirements differ from Indemnification on page 36 of the RFQ. • Requirements differ from Indemnification on page on A-15 I Exceptions: 6.3 INDEMNIFICATION The CONSULTANT shall indemnify and hold harmless CITY and its current, past, and future officers and employees from liabilities,damages, losses, and costs, including, but not limited to, reasonable attorneys'fees recoverable under applicable law,to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in the performance of this Agreement. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party,for any special, incidental, indirect,or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla.Stat., as may be amended from time to time. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS AGREEMENT ARTICLE 8- GENERAL TERMS e. Indemnification.The CONSULTANT shall indemnify and hold harmless the CITY, its officers, employees,agents, and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense recoverable under applicable law,through the conclusion of any appeals, which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings caused by negligent-of ; . . . . . - . • -• , - . performance of this Agreement by the CONSULTANT, its employees, agents, partners, principals or subcontractors. ll pay-allstn-eenneehon- t#rerewtt`i-ends'e rmtestigete 8 . . - - ,•.. •' •, - o -any etterneysLfees-whieh-trayisstre-thereeilr Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party,for any special, incidental, indirect, or consequential Exceptions& Inconsistencies•130 damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. PURSUANT TO F.S. SEC. 558.0035,AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD LIABILE FOR NEGLIGENCE.To the extent considered necessary by the City, any sums due CONSULTANT under this Agreement may be retained by City until all of City's claims for indemnification have been resolved,and any amount withheld shall not be subject to the payment of interest by City.This indemnification agreement is separate and apart from, and in no way limited by,any insurance provided pursuant to this Agreement or otherwise.The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or§768.28, Fla. Stat., as may be amended from time to time. Exceptions& Inconsistencies •131 I \, PROPOSER'S QUALIFICATION STATEMENT THIS PAGE tLTQ COM.KETED_ANQ UPLOADED ONLINE The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter. SUBMITTED TO: City of Boynton Beach Procurement Services 100 E.Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation x Name: Rebecca Travis,PE,ENV SP Partnership Address: 1601 Forum Pace.Suite 400 _ Individual CITY, State,Zip: West Palm Bead,,FL 33401 Other Telephone No: 561.425-7715 Fax No.. 815-455-0450 Email Address.: rtravistbaxterwoodman.com 1. State the true. exact, correct. and complete name of the partnership corporation trade, or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is Baxter 8 Woodman,Inc The address of the principal place of business is: 8878 Ridgefield Road Crystal Lake.IL 6C012 2, If Proposer is a corporation, answer the following: a. Date of Incorporation: February 1 1946 b. State of Incorporation:_thinois c. President's name Louis 0 Haussmann,PE,PTOE d. Vice President's name: see MI to the right Executive Vice Presidents Derek J Woid PE e. Secretary's name. Derek J Wold.PE Michael Kurzy PE Rebecca Trav s.PE ENV SP Sean E O'DeiI.PE f. Treasurer's name: Michael Kurzy.PE Michael D.Klein.PE g. Name and address of Resident Agent: Jahn Ambrose,PE 1601 Forum Place.Suite 400.West Paim Beach,F.33401 3. If Proposer is an individual or a partnership,answer the following. Baxter& Woodman, Inc. a Date of organization: N/A b. Name,address and ownership units of all partners: N/A c. State whether general or limited partnership: N/A 4 If Proposer is other than an individual, corporation, or partnership. describe the organization and give the name and address of principals wA 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N'A 6 How many years has your organization been in business under its present business name? 79 Under what other former names has your organization operated? Mathews Consulting 7 Indicate registration,license numbers,or certificate numbers for the businesses or professions which are the subject of this Bid Please attach the certificate of competency and/or state registration. See attached 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES x NO I 9. Have you ever failed to complete any work awarded to you?If so,state when,where,and why: No 10. List the pertinent experience of the key individuals of your organization(continue on insert sheet, if necessary) See attacnad 11 State the name of the individual who will have personal supervision of the work Baxter& Woodman, Inc. • 2 Rebecca Travis PE,ENV SP 12 State the name and address of the attorney, if any, for the business of the Proposer. H31mstrom Kennedy e00 N Cron Seem Rocarcect IL 81103 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent(50/D)of the Proposer's business and indicate the percentage owned of each such business and/or individual: .Ion v Amoroso.CEO.)300 8&ae Cool.Gurnee. $.1031-8 N% Lau.D U.ussme n.Prudent.101 South Oak$Peel Crysav Lake.IL 60014-6 45% Derek J Wold.Executive Vice PlesdenvSecretary.842 CAanoedor Cart Naperville.II.80840-5.48% 14 State the names, addresses. and the type of business of all firms that are partially or wholly owned by Proposer See attained 15 State the name of the Surety Company which will be providing the bond (if applicable),and the name and address of the agent NA 16. Annual Average Revenue of the Proposer for the last three years as follows. __Revenue Index Number a. Government Related Work 10 b.- Non-Governmental_ Related Work , 7 Total Work(a+b):_ 10 Revenue Index Number 1. __Less than$100,000 2. $100,000 b less than$250,000 3. $250,000 b less than$500,000 4. $500,000 b less than$1 million 5. $1 million to less than$2 million 6. $2 million to less than$5 million 7. $5 million to less than$10 million 8. $10 million to less than$25 million 9. $25 million to less than$50 million _ _ 10. $50_million or greater 17 Bank References: Bank Address Telephone Baxter& Woodman, Inc. •3 St Charles Bank&Trust Company,N.A.,C 1 W.Main St.,St.Chanes.IL 60174,P:630-563-7916 18. Describe policies and methods for project monitoring and budgeting control as well as adherence to project schedule(continue on insert sheet, if necessary). See attached 19. Provide descriptions of quality assurance/quality control management methods(continue on insert sheet. if necessary): See attached 20. Is the financial statement submitted with your proposal(if applicable)for the identical organization named on page one? YES ( X NO 21 If not. explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g., parent-subsidiary). N/A 22. What will be your turnaround time for written responses to City inquiries? Barter&Woodman will ackrawieo;e recut of re=uest within a da,of recenCt ano talow u:.WO a leiephone call ro'is:uss r d,"s newts ate Time'rame 23. List and describe all bankruptcy petitions(voluntary or involuntary)which have been filed by or against the Proposer,its parent or subsidiaries,or predecessor organizations during the past five(5)years Include in the description,the disposition of each such petition. N/A 24. List all claims. arbitrations, administrative hearings, and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names. case arbitration or hearing identification numbers, the name of the project in which the dispute arose, and a description of the subject matter of the dispute. See attaches Baxter& Woodman, Inc. -4 25. List and describe all criminal proceedings or hearings concerning business-related offenses to which the Proposer. its principals or officers or predecessors'organization(s)were defendants. N/A 26. Has the Proposer, its principals,officers,or predecessors-organization(s)been convicted of a Public Entity Crime,debarred,or suspended from bidding by any government during the last Five(5)years? If so.provide details. No The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the prcpo"sal.and if after the award,to cancel and terminate the award and/or contract. i - (Signed) ( � (Title)Executive Vice President STATE OF Honda COUNTY OF Pain,Beach, The foregoing document was acknowleded before me, by means of t rphysical presence or D online notarization, this /) 1 4" day of ch . 21:US by Rebecca Travis PE,ENV SP , as Executive Vice Presider! of Baxter& n,Inc who is personate knszwn to rug or who has produced as identification. ota Ic(Signature) Notary Public State of FioriQa My Commission Expires 19, cls 2 Lisa Aionso 1I11 My Commission HH 4xien Expires 10/5/2027 Baxter& Woodman, Inc. . 5 7.Indicate registration,license numbers,or certificate numbers for the businesses or professions,which are the subject of this Bid.Please attach the certificate of competency and/or state registration. Licenses, Registrations, & Certifications - Baxter & Woodman, Inc. . . ..EiT PALM MAC, nee .r.+b.✓„i ab...a.Ib ervY.rw:w...wa••.000..11'.o M w'v...m.111,14.--.6 N.Or... ham•.10..0110014•11"110*tie..0.Moc*web 1.00N 0•44 01 , N..w,Y+IwJM State of Florida f` "'•"”" ""11"aer.W.- '�` •1u Oro JA 1...4.$tai =01 IOW nA wu{ARO d t1i flw-..S 1.I a Matl hili f'Ya.a .1ntaM M We a*a.m....,e.w1nr1-1a.A...e M e111r.eras....•AA.Ibl.n I.Lal fu. Department of State Odom*CON tiw.• ---.°w pow, -40r-•-"~"�""�"'•'° MLco.•..YO.W P•n.•....... .IM 11•••••.a.Le M10 W.011•• Oa*Pow.AO....0.1•11 a...aele11e O 411=1 00'w1✓w en+W e.a.w 6.406,00f.M O.Y L w.cm,Ceara.was•.. .........00 M I certify from the records of this office that BASTER&WOODMAN.INC 1s i f°!.� ""?•crL nit:*ISM Ira..•w.11w111r ee••e uora lin!!•er w—MEOWMO. an Illinois corporation authorized to tracsact bmmns m the Stan of Florda. Qualified on May 2.2016 14101L-0.4 ratal.,06-.4 a C0101.C1101i rtacr at taut 06.01 Of 616HA 'y. CITY OF WEST PALM BEACH '^^'""1111."4 The document cumber of tbs.:<orpalaeon u F16000002059 MIN.Alt,...•n.ec.v trmwrew_uwu.an son, I further certify that said co:pennon has pad all fen due tbu office through -a m va vcoo:'nam v,w. 1oauCNOIol. December 31.2025.that its most recent arcual repoothmrform baseness report was filed on Felines).4,2025.and that its status a active I feather certify that sad c rporaoon hos not filed a Certificate of Withdrawn ••.•••I" ,n +•e'rwa+.Oa. •• t a1111Et SE1'1EMSO W. 2025 Coln under ny AW mad de Grow Sna1*Ida Sias ifnwdc `*w:.7..ocurclt war',ALS .0 01 -n1• ..r tar TNLAaow,/MOO**0 .01.roan ON Cuu.,tr_ do To..s,*Ise Frbrey,2125 i, y a,n.0.4.1..✓. I•L b.and vM•✓J.n Own&IVOS)>I ae.1.eJ- =i : e7_1 ID OSL.. TN ON era»• 11a.fn a%Kr trt t9 �. r.C"WW WCC../ 66oC1 n..0 cin11 11 1111 11 11. 1111 r 1111... 11 11 Stt7lfAoglOf e .... , . a. .......err...•.r.W'l.,,,rv.i........1111 Tr.etil(N.+.:1a213S116ICf' era,.0,.Deur M,e MK.WW.r T.—aeni.r.eme..e.c.•..1i,d.kiwis 11.-r die riLr..S aw. �11Lw wpw0n.w1.W: aur-*t1.1.05001111111.6 TN WV, learn da is m..,auM^K ® 'arra 001w..K L8T11 M art*e 2811117061 .ax au MnN t1c r.iia»law EXPetE5.W 702020 ►mps..swamswamsrLa.eTOi f1 • r..._.,1111...,w,.a..•......wr... 01110 e1111CIAL• TOT 11011110 Or enter"a 111Ore1l O•a. IOM 41)db ;, _err [MAC•,‘ ..I......�.�.w--»-oo° .41.wa. MM ea.,ia a...a k N_ .+ ..— .010' 1066640646/114.40•1100 0.0 C6011L Laat l.w 1011: -1.•f"'•+•••• fawn Cul 0,IMI Ia0n.1110. 600.060046..w••a.C." 46e101erer600 1114 wen 4140001e1111611010040 11-s CanC..—... o.1•.... L...1 o•OM..+u. Clrre.eoniM[Y.. ar•Ja NW., Baxter& Woodman, Inc. •6 FDOTT Florida Department of Transportation RON MANTIS 605 Suwannee Street JARED W.PERDUP. GOVERNOR Tallahmee,FL 32399-0450 R([TA5v June 25,2024 Louis Hausmann,President BAXTER&WOODMAN,INC. 1601 Forum Place,Suite 400 West Palm Beach,Florida 33401 Dear Mr.Hausmann: The Florida Department of Transportation has reviewed your application for prequalgcation package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75,F.A C.: 3.1 Minor Highway Design 3.2 Major Highway Design 4 1.1 Miscellaneous Structures 4.1.2 Minor Bridge Design 5.1 Conventional Bridge Inspection 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing 6.3.1 Intelligent Transportation Systems Analysis and Design 7.1 Signing,Pavement Marking and Channelization 7.3 Signalization 10.1 Roadway Construction Engineering Inspection 10.4 Minor Bridge&Miscellaneous Structures CEI 13.5 Subarea/Corridor Planning 13 6 Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted,and your firm may pursue projects in the referenced work types with fees of any dollar amount.This status shall be valid until June 30,2025.for contracting purposes. Approved Rates _ Facilities Home Overhead Capital Cost Overtime Direct of Money E nee 162.26% 1.212% Reimbursed 5.65% 1 — — Per Title 23,U.S.Code 112,there are restrictions on sharing Indirect cost rates.Refer to Code for additional Information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, 4,./.4;074,7 Carhayn Kell Professional Services Qualification Administrator Baxter&Woodman, Inc. .7 p i r.B,r,r. A .., .........._.... -t,..._, . 4 FriPF ? ; STATE OF FLORIDA 1OF STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER 114E T14 PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES TRAVIS,M.REBECCA HISCOCK,JEFFREY G 1601 FORUM RACE SURE 400 4003 WILLOW RUN C/O BAXTER S WOODMAN PAIN BEACH GARDENS FL 33418 WEST PALM BEACH R 33401 rS. T- -IONKNUMBER mem1- UCENSENMER_RE9R.111—_. EXPRATIONDAIE iIBI1MRY2L 2027 ,,, EXPIRATIDIOATS FEiUARY amp yy Alar.n.i,lineal eaten a 1AFbdWke.a�a. Alan.e.A Anton mins a NYHsideliMats i Fd' © ;` •�'•,• Do M in this document w my form. t ., Do not ate,May document ben fon }�,�-p rnnirw4avc xs,.aw.AA lve,mo�»oll..w.n liter e..,eew,ne dm:eooim..,e rTi.' Th. k«,,.nhn.+e.n+h.rm.,e odsr lean ew lR...,asw,K nu:document _—.70.................. llommora. awn.. _BP L_.r ,111 ~ .�a......��. ,....a.. ...-4 Flll+`.�,i�• : _ STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS 1 THE PROFE59DNALENGPER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER 1HE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PRINYAVIVATKUL,SIRA J. RUSH,ERIC 2078 FOXTAIL VIEW COURT 333 LAS OV.`.5 WAY WEST PALM BEACH R.33411 61107 FT LAUDERDALE FL 33301 Ucasti�l6L PEM655 C—UZENN R IFf7SN L EXPIRATION DATE FEHBIARY 28.2027 EXPIRATIONOATE FEICMRY*2007 Avon:re.,.ta.as online at N,cbr4olicana to. Mem n.dv Hamm male a NVFViM .xon H ti.- P '11.1 1 not l Do ee.II.document n...low Do.: Do rot alter thn exunaut.my bun • „�'� C,t'.. i Txs xa ua vow Munn unlawful b..mune adv.Man the bemire to e Mm doom.. `yj '. is yerLcw.v x n ,e wearC Cul other Man the kekerne*.kerne*.aye Mr.dom.dom...O►Cl This ♦wYe.i L'.aa.La..., YO�a�.r�. Harra6a.aha/�4 FBPE4 i ii)O• FBPE JL STATE OF FLORIDA STATE OF FLORIDAItlff......... PARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ;e DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE THE PROFESSIONAL ENGINEER RERUN IS LEBISAD LML7ET4 THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISLONS OF CHAPTER 471,FLORIDA STATUTES COWAN,DAVID JAMES JR. HURLEY,ARTHUR JAKE 6170 SAVANNAH WAY 34215PANGH TRK LAKE WORTH 833463 DELRAY BEACH R.33483 LI731EMN RS65 IRiiiiEMRETra 830674 EXPIRATION DATE FEBRUARY 28,2027 EXPRATIONMTE 03111111W1 ill 2027 Alae en*Ice.ae,.s...a N,FMSYi.e.fe cin Alar At litrme,crane a Neibideticane can .5f`.- Do not*ns.docnnae.t n Any loan '�Ys'i Do net Martha drc�waminary forum Awa �i. •�'�le Thrsc,w llama It s wiwAd I ample other Man Olt hcc,c tou,e M:doonnnt '"tj•f'1'. TV,:n you,trm.eIti,Wahl for anyone ode.Man Me bmee to we My document IO _!J` OFi r: Baxter& Woodman, Inc. ' 8 ONINIENMANw. ' rrr�6S.. .�..,._.®FBPE �l ...rn4 rarll:�Ft•_`.jSTATE OF FLORIDA •7 STATE OF FLORIDA EPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION " DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE TIE PROFESSIONAL ENGINEER HERON IS UCENSED UNDER THE PROVISIONS OF CHAPTER 471.FLORIDA STATUTES PROVISIONS OF CHAPTER 471.FLORIDA STATUTES BERG,MEGAN E. SHOTTON,ALEXIS RENEE 3570 S OCEAN BLVD 820 9TH STREET #412 LAKE PARK R 33403 SOUTH PAIN!BEACH Fl.33480 __ _.-LICENSE NUMBER PFB6861U®RENUANBE MON EXPIRATION OATS FEBRUARY 22.2021 E]IPfRA111O4 DATE:MIRUARY2lL 2UZ7 AI.q,.w4 lire.*nine,e NM p,d.,<...te to. Mews serif,Iie,Q,wine a.Henseitrlkense<o.- LI TD` rig!� Do not eke,kc document..ry form Do not akar tho document n.n hem ??.4.4 ��Bi TThis aYo,/inane kiue..A.Jbe„yv,eWvd,M,the keener base Y'idmmens TR,sevow Fvn+e Riunlawful for r'rone new du,the licensee to use Mn docme.1 1 111.1111. Millft . 0tate of 3inoi Department of Financial and Professional Regulation INIMum 00800 N PrO#..iOnN tt4gu11000 ,rens w • ....— PAM , 063.074493 ..w........r..'.... '1.30.2028 • LICENSED PROFESSIONAL ENGINEER ' t'i f 111 Y MARY TRAVIS R���6�lJt�� ZACHARY T SCHUSTER • 4 . ZACH SCUSTER ENVISION • SUSTAINABILRV PROs k SSIONAL - • 3081 N.HAUSSEN CT#1 • CME.ADO.k 00818 • .. ' 0 fe..1-4d, YAM tltnl A can U..'t' aan.n I/�„ a Yr havolliilla r , 11.1111.0 �. - �� Sop EE 7015 • Oo,811.3G15 _ . DAVID COWAN IPEK AKTUGLU ,Ix;r-4.4. 44.4. NVISION SUS TA,NAHII!TY FRO,l STIONAL 1 W' ' re's...... lig.. • -111111111111 • Baxter& Woodman, Inc, e 9 I Licenses, Registrations, & Certifications - Ritzel-Mason, Inc. N•r plwY d .fA/«W4...m Coa.m.SWOOP4'r�; BoonlrmrMalmo hmor nos Nam,Yiebrw,Oalb 721994500 blob IL 202 _ "j1 l\- wrQl1f7A1g11IR1.1T501eL»21 Rind MOCK W. Merry 27,2015 Mimi=Dai Rind ••••.111 .1.:•••••••••••••••• Sllf BardrW R1 tl.'ME 101101 MASON 0 D mom.mom too rtv Balmy/MA )SIM 53/0 VAN RUMRD r.h..�. 009MACK ACK fL 314454240 Dr Mo.Rift: •'••••'°'POM• 7Y PdmRath QI.OrOso••flqp1lkeYmesOIMrity40Agbus ▪ i roans dyer minim sodor.Me nIMMII V yew d Yl Mos rrM�.fter,CiCaIC�CafiflCMfb qtr.AammI Y...arl11m.Wa-I LIAM syrrb..m Or r A/rokr. OEBO Y..MM..Ir-.�-ar...rW-.r.W.�roral Camara lanla. �•'••w• • ISM- /MCICO. 14 M1�+07 ams by L1.b.AR.lYf.a•r.r tra.no rW -rtr.Yrr-rrw,w • • MIN-Immo,l..fr..lad • OM-May lar.Smiles(Ifaa.n.mq no Yse.pm ma.W awe aeras Pdamr n.201. mow Yww man:rlam 2m rbrmr.ee.Moral mut InSoMal!know ..r:rr-n or a Sri BI.insr Bserprbe MB M ins(3)yens. AM M. Plamvl+or Mawr mra.06ryn..myora am uY.aioaer MAIM MOS.Yee oil r waive lrl Bir lrsewsbe OMB ar4dek. woo moo Ifrw Yaw*My payee Mao Moral.>A .�..w..�.,... if'cos bid la melba Bra Bselydee r.rs..Go W.sm ass Ywm.adlsY .Y.bl.odors.. .area • �..,........... Your firm Y alien b M paYr t M hl.Bawl Cory rmoboomm.-•-.rte r em Immo rr awe 0.r • Om Me�,1lar mham ams .wc..• Purlaa pdara sof i Ira arta henna Inn a C Swam.MC rrrlmarl S.w/r.W Mora • ntratmeme gelded b M se-us7ul wafeAw0221, a..w 710 ae.l.ala mien yeso b psRl*r Is mamas yMYifw usoo ate. oboe die psis sari r..kn amid by yew d w bare eea.lrad for bbl As as Malden!woke r yr lana yes.e be leased Y v •.' Pur Semi Crary Bindey.r..lbe MIIMBB Bun Wyss aka w ►ayew Sots Wig rowel.Ore awed en oma.(MMI)*1b urs,.rhrs.6409. ee.A..saa. Yaw wollalk.i rr••••^•.o.�.....�ewm.rarm.s.r ar'rys object M pd•ls leek.b valy year Ei or.mrs..ra dam.w•Us716 ........... co•lle..1 sYlillpw. Ary eosin ys sepsis w my ConnVI.,omTIhorm 1aa .rlra.•••••..11 .dr P.P.a.a.awe r+rmr n.Mir DaldrerDlrYss ion'Bebe menet 090®0.Year army se all wean Md.ser Y Y ars is ball h.aiR aJ0®O.hiss Mrbcyear`laarerisY..er llf{rMBB r.pimrrr.r.elrf k dr bin Sri Cooly Cede er Ws w upon drys le do area K yeatr is nay mai I year lin bend donderd Rmaab...brwr y.Y oneself to•Cary bM ya and do so...d.M awes of mad Professional Surveyor and Mapper Llc.nu Mama la..!rad.ado 111100/114111/21. arm r_.—4O.oal2,Poib soon 1111,N .e.... lira.1.1111M11.1.1 1.1 11.cu 1.i..u MI ani ..aa.ate AOrta S&Mk. .coraMMIM....M1.00010Or MISC liar Saul Mmes Development Specwa Ill ..•nearer mor.rr•.+.rwa.r_...v momm....r..rommomo.►4m.nmo..r • rfll.' r orid.Depolmon of Agne0 m.W Coven Nab FRAN Delmar ofkn9...r W Gamer Sorer Mika ofClwmarN.. Mums Mid AIrWef SPY�1 Y•abmru Somme mlMews ni_DowdA.90.q Yr.aa.aR FLelr 32)904310 ' 11,\\. 5501mlP1A1giA72).1570)0962221 ji \�' Y7f2).(lw)ML2221 rainy 27.2027 11 P+aey 27,2425 R357II.41A30N.INC DUCES ALIOUNDER Rem. AM VAN BUM RD 20A RESTON L DELAY BLACK It 1)4094210 ROYAL PALM'MACKIE.134114109 a 7VweCr:P10610111111 Somme r Wpm re C..Ma a 19/20 arm.w SIla1BCr Pr«rwd Mama W Wpm laama mess Q�p�rM�n Ym.l.mm/.m.rmap.brml ea.meWmom Mere n named by Ona a7;nor:Mora Y. YVaraupbwr rrwYsrpawml NMI.,Wap r�.'A�m bm.me.rr poor/ n�I.OeoarL nor.moa bra bin ..dr "'pr Ikea berm baa.W...H a0 5 Ramo 2a 2M1 Ya.w..errbap ram Wm*M.as 0.d awe Meme Moiraaa M1Yemammbdw WY..wwaaM rrrmrx•rfl. lye um wwrbdramga iv ma.yomwr mom 11 raww.bow.ubb�wwy«�aro yaw Mr anm•loam m r Yuan NOM r M•.Am ler.*IWO Y Mara am. .aims r arm=ram Yea Y-m i V alba md..br brl�w Y mar nor•Y•m.Ify r... l.a.r.a.rlr.m.rre.p. rr-b...yirmra rmrr rrrw«mrb�bw...ar r«r.eal �'mm vr"b"b'.A'an'rpwwrr ram Alliin 1MM. W MAma.014431,412plm•dm••••••l smarm r...b.m..r)mY.e Ywm dr&di .—LmirMoon.wr.dm. V7w �•0mlm.11ebmbwer.elms YDN." .ucn®.ars.moo.OM mw rM s'warm.Bra r«olawml know.obi Wpm. boial.dmri SW • err arts Dar ow M1 Noma WOaemYww. ' ..n nr. _moarmor% dboomotommeen mo ... IYY M. ea..M...Mr��r.r.'..nave Wtr.m.r 1L.•x» r Awry NOM 1•e+r.r+•.ra.,ran..- nor Mom. Emma 4. areae•Is:o. .mMrn.r.w.rani..�.W� 14aC1 9 Professional Surveyor and Mapper Business LIconse professional Surveyor and Mapper License LW•...•.m.r amt.47Z 2 0.Y f.rr U.lor r prem..(Os.4•42 r..Y Rao.. WOOS AtALISAMlaNMI.OS VANPUMA m MO.SMOall amaAY aY*0l Ft DMifall SOYM. PALM MACK R 5101141* m.>asl�aa�isasnaua. Krraasso. car�101001 elunas ....ver.....—raw.....a.... ....m•..•••r•••• •..r.ardwal•wrr. w.•.r.r....s................r—.....•a..•••....r•••..•••••...au...n,w.••• Baxter&Woodman,Inc. .10 Licenses, Registrations, & Certifications - Smith Engineering Consultants, Inc. (SEC) 40............_ Waas.4..••••••-. Palm Beach County STATE OF FLORIDA OfhCe of Equal Business Opportunity DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Ceaee 7ru1 . BOARD OF PROFESSIONAL ENGINEERS Smith Engineering Consultants Inc. i THE PROEESSSONAL E71CNa.HEREM 15(10E3.;CO UNDER to, 1 Vendor•S41R0174 ^ a... • rss&troy,.MOO as avarAse4 a,rcrxa e-0.>a r•a as lc e' PROVISIONS OF CHAPTER 47L FLDRIDA STATUTES teen Ye•cn Coon*Loh/a•Wee K✓ee2a ea.. _ Jr-r 17.2025 n+»+r x AR1s The wwo-q carom arnnr prowca are covered unary 01$celanc0bn FwbR.F.ar•ar..a.erwn..a Ce-.-0000•••••...1 FaenMM SMITH,LARRY MICHAEL 2161 PAla4 MAOI LAKES BLVD SURE 31I WEST PALM BEACH 41.2160s EXPIRATION D ITE FORUM'2$2027 "'•`�''!( .•.^. Avr.+r.M mo.nn••Es s M.ibdia.resx . .`s1 Ai1 '=iiia.it• nS Do..m*is&curl*i am fa-,• Man"Maa your forma.h a....MAI!b.rw.d1.v Iha Iti Way.to b.:downer. 0/. Gary note FDI 3T ,' SF S®m Ey�ee C�almh lec �" • Sls0 2161 r>,,",Beal Lakes and See S.312 Florida Depart:am1M%m of Transportation Wee Pilo Beat EL 3370? ,,n<«. Sloymt Iy,r�F I- 2 Yr.',4111 1119.0 Dec Loy Sea& ~ME 20.2024 q..braw. The Piz Bra Como Offs*ofEpal BTdmssOmorrs6y;DE30)bas ccoehod -........#0,....4.moo r.uawww••• In hasbaorofyee ry9bDmx ml donr>.t.ME pelsdbaamtec<Oar yoefam 0253 32 RMadriL SIC L�eiRyy ST41.NETON aaramr.r. 216, hl 664 La CONSULTANTS.WC +rte. 00!134-ti es*ccp0esE 216.Pain 60X0 latee 001 .00 Suee 712 01517.Oo alalF a. Weal Pim 601101.510/101 33109 07547-lleclaoa F.sM(SR C eta Stab&MUMU Eralepme(SHF kr der;;;),,,marl.eglrze lunar, Dear ser.Sown eat-B-0. 24,NIS Yoa oil oot WWI Sad.:Ekatess Ere6pir;SBc caidsanm dyer Nd at baba ave EoObad n year cernene Tr Florae Departron1 or Traeepurtalrn nam 0-7aerea your appecaa, b' 1111111.11.111111111.11 pRgaa.oee*P pacaace Me d149049 NM M data narateo h iaN>6 b Oatmeal) eal) Yon km mel b<Rdpa:c to he pla0uas Gee peau Beach;Alter, mowers,your ern ex B.tllc.Nc Proirn.la wakee RPse ar rork per 11100 14-71.3 AC w.. .� Paclel�Orduoce*01.2See ard Fhlemi her.aaalpb&a cacv(rm of 62 TRIM Signal Ilre0g SFr+ r+IW«c 110'Sys ma Des:7 f .;a .rK 6 32� ,KN19M1 TrYupa1Om Systems IlP01000Itaibn _r von.....von..... ` nisheaeare*w:b pomp.n rosra a{appanares.n6034 nxigen TrrnwTullepcan Tulle Eng+r<m9 JyFkmrmca F Ca �naori it rlalstaa6 seri:e eyed by yva fr.astDse cesuleed b tad -...✓.raeau AIlaiiih eel ten.b yna 6rm bola be blotted n1.G Palo&Mb 7.3 Slpn ar tee...•- Cray Deena,-ofwafted SMABE from Cyai.iil b hew yvs Lai,6,000 ed.. (Erma.obese(cab our once a(56114151442 700,1011 h non 6113.000)prequareo 64 N<Deprr erc for P oteutona Undoes Y ......l atost5.kb..00lrence11 mak 330000 Your ter Way pHs.004000*n 1ne r0AeRPa0.ore VP. y'M(aapol"icea6F�d02:SlbJq bpmo�Ra*0 bleflh yua(a0mfd walletseeOmatd at lees Nail 5500.000 DO•Th.alat.0,0 Oe.a•0 VItl n3..onber202021, .r....+... apt illy Aoy die.bat rowot em-Ca n tor rwra0enyq purport w, >wawa Domotteest in be re pack to 0930 Yoe cowry arse -_are tor 3DOT;meat ants mod lenioe(ok cast be Le vee a bad 9ude9o3 sd 17EH0 Fable to .*w,,wt.4abaccede.eras$>LA3E repilmma cookLed. VIEWS 3101. 0000 any Q.V.* please ref 1150 a 01+1001 W. ty.rse b o Pian Seat 543a,-Cod.or 0.104 b report duets to 110 stem of career tet0da Hive tea or P3 pnane 1 6304104397 gemormism-w ! 7ralt ico.'y-k.vots Era begdretted P.medec.tuHeryou 5014043 =pat n a Cam- y0*nue dT to seder the oak G Steil E.pieerh6 "-" Crmlars I.lb a 4005 secdor code 66030174 *r(<�. Stun* CAMP/ft Met Proles!bfi 54001xO 0 aIOIbn 10101 0000* (03, �-- Cen(n. Ai1nCar.Y,au<e: dbpr Milt (•PVR 73.114E 3 ER017IFS art..,••a.. ••05or.✓0..1..m..5 w.re1 sear...me,r•I ern m i.0*^• 0.....a...aa IiiB.>1WeliB Ileaaisittens,OM O.ew.u0✓00 05 N/tl/1aa 5...00 1lo0. type.a. Baxter& Woodman, Inc. •ii Licenses, Registrations, & Certifications - Pacifica Engineering Services, LLC . yNJ.P-0AD5 COUNTY PUBLIC SCHOOLS oxlf.ca Eng.neenng Swifts&LLC - �•�a.i nZar.3:1•00d y�7r.g1A0e :J..r.r 41:1) sma..VD =ern Minority/Women Business Enterprise(MWB )Certif..cate .L .. er rim to AO .. 1148COO MINAT C IVI E C Pacifica Erring Services,LLC 0 Orr]MOCDNIIIDU.IDNAp0 AFRICAN AMERICAN PUreeterri TO MINA DAIS COUNTY MILK 1O43O4. A WLKY 0726k2 M tee .y,e e.ren Dar . 4_y HTO 14 h ALerecift borer Or Y.awei. iia"' no rear or mer.e wr r ern erre Ira Irl 4AMMO.10TKU CALIN IE R111AArrYeree 1{Ir>t'dG.AawTI Nn Mal 0631 a:.rA\FNriwLarw0 errfb^rlerl�01•a rerb ).war.a Mara r t NO MS,UAO000 mlu0Trra na.0003 61s/Yrra 01!.•01/ Unmet 1 6l teae UAO Ale KAMM uerinroa SWIM 110.1001110 111�Y.1 "^^•m= -��eln ` ��„�:`.._ Iwo was.Lw Intoe MD rweMen.sawn SONeY6wwr:llr.i66 .re Mr Carl.01311 cSl.a(6 INKbed10111 ilerml0lalrbe Om Ne-e.renlMr ors rc rami arm ams l M w NM ...�•... MAN OM.damn.tautness Ort error ria re '.T�1 .n.w.. .• eenarrra.arnc arrwwrne...amaw-.r.rn .r»,.. ra.a:ct .. .r/..,,... w......r. w r..10.04.a..rrw.w..r 4010...ben.rtrew-PAIS w✓w. ..we .. ..n..n..won mums a.nam imam.mrwrnalma. warn al am .w nun. .,even M .asrr.ww.r.wa..mar.. 01,.81.+ Ccrbr 9.:1N .roar* %Co rr feQ w yoa............ Pw.Ln Lapsef Serene CCC N-yrs., 635 N Corer know See 301 Derr arc!.71 31M1 Ac rerel D.S.:Accost 312121 Sar%err.:Ler/re .khancre%A Earner:(OM AAP OY0Ortw Caw Lapr0e0 0.a:Areae 11.2ISa ...0 I..brrlB0lreea 01.1115110.1! Dr,Wear 7a.r. AIMR) Pr•or1aMSWrO01�1aY Drreate soCory OS.d is Orr a,•4..l r c Co .14 de mar Cory 7P�S. - Ire sobered r omicron Yea fa u edboalk.arebd m e Mem-Os1.Cary Ss.O Breese .,.. a...., .Orr Imo sera UC Enron Tim Scot Draw lyrpoe ME)Incur me pavadb.Swube 211.1.1:.21.111:.:.100.01. 11-3302.6 3deo0.a C o o Ger 236 Sr:Bar.Peron•Alda.er.1 k f.peoy c5351-Ada) ....a„ le Le eta e3 err.D.0..LI W conkers•..al be dr..Q;tee.Berea to rare ce.rrrmp•!•arab.•'.SBD nue'court reran e102C1; yrer Or awmvcua rhea r dre 500 ..3)•er .nee pert F .w'err rowed/rano...Sa 0 noir do d Mme, brain Yee OCTV2O s .l•tee mearmor roc Ere cal eAad a terenlroro Afparnoma Oun*Moen.rd e.pn;-SCi data • Bae ereroc....a.+«.w 0.......wan,41....../.Ne:...o.e Cum,a.0..r.....r..roc >,100 0.Or. y 003 d.+Aloe 0 0.Na d r.00.rl.y.....,y.....,twe6[wn.rt..:tel.cater'...ri6a..6 a Brea Kaufman%akin..Sam(BS*Al to.nit a•••..6::e,ter Lac F^:...b 3312 7.2.. be a eeare krona 0..0 404.00 IN pit 14 Is a.mere.ee. n erre A.rrwa66csoir"Omer sr revered rpeme rainwear r will roue dee Y. Asa t b•a.w.0.oar wawa.e is.....pay•N Man am co.. tor..000*0ow a w swrvo a• Ware. •eras Orb•re•N..war.eyeY nwass.w en are sew r B e e.re brew.sane:a Inure¢tarn Asia a re S..ricer ler re bred w_rung Ayre. I MOYbber Cor100(0O rarer 6 na.Al.e utleuten,Uwe..raw pen a.aVeneta,npm den•••• dream eron ear bur rimer 4.11!%erree (.r sir Werra a lbpkhml Mara e2 ✓eri de.arr..rrae...c., .r errs .AlWrw •OCU arm the tam wo Me nenfrd....•h.acv eeny(312.050!1 ran alba dorm de N be char(.)ria be*3701 Oortrot.`.54 mar r.:Komec4 imearaticic1'.wti n:ere td:.bearer Cr t1•1 e0te in e Fee rte I am,eps 0t rya se r rasa aeam beau w..asent•o t ewe.t.A ere ae TO Y berm 4 to d pae.d.3.wa:00'3la.w week 52Wd sac tram may trek w inborn crew le de.rtls Nr r nae.rage.ler-e...rM O•7•ere.e 'T are a mut.Mud le Warm".811 man roar. .A.rerr error or error Orr lwY TO Orgo.m C..r.re. Itis ler..L b Cr rc•pFo-.I arra.ra.w mod for be Carr el.r Bel btr7r.ae5w.m 11r bra 3 111v.Nw.W.rb••1 KOcmraw+1DO aay.m oyr.,L..o...+w. ..adore 0..*re. ram Faber el baas raiser dart TO rearm arr..pert, r.B b.parch.x5.1 SOoa.. error!erre•be Care earner 10 err w 4.81 errs tor ps teal MOarmr.•Cr err•• at circorre roar Ar rat dire=erect W boa rent parer ath cola.Two br.ear end re er N saner et d to awr..a.0C er0s.e•wets....w•..rev. Ir..l1.Lbeb.wl•to racry 6z05 Of reeled ter ebrl re be armed Aro.]Bee•Ded.Ca y'o 50.7 ager.r.e o roe Co •^r erre Tic.reps.n Bar!bar.art. ..a e e van error re rage w•tree a re.00 Para r Moore.b err.;.r very b. >.the oppe card d~p .BMs accrete mA Seat Brow Carr roam ...alar art oat IPoe.a..ls.mrnorb swerse.1 rror eased AY to error ram sire aN 00 roes 1. Irwryly tetootard ter roc err Sea 5e as 0 tate ISA Mer-0.Y Cary To raw;no.er ru: ban LOC rel..,ee en na 10404 Lard C..KW0,Oars.worm M.00 waro-,worm., k ......./.1.11. .Ilial you S.nor crow m Col barns or ✓are rewLrwo.Cagrrs.Ce.e..w.eawfOr.50 a.....•6•.rw.w..5 w-q...+.uta. Cavy if yea Lar.;:Darr.amtrae 781 artmoaw01oer303-3a!-1:::mso nee:a caws...4.............11.0'a•.wwrNe+►vaa•r+eea.o Wlreawm®ddyoi I.cab.roc Ore Corr oomor rb.owrem woe.ow.10.10 ren eo ue ear re Alia.br^y Sam* error or orrererr riamar.*•e'ye dauw vo,conA.=r.ryamNarawa argue.Ala os, � 2 *art was ry.srb [11 Jere C (Auerr be e eine er re:ea•YWr recur- Cro's nese 1 e tem•nu m Faso.r Te•re ore,ws•. e .,loran Swed Cb.0.5[S.0&roc nrnkima.el b•00 a.•W. n Canny nu,Me N.. we see Arewye 00..•.815.e... ware.roar Merarr. w.5r.uowvwa01 ad.a\c.'ewe arr..re Meo-Oar Can.,aO aY••.'.611.0404.1.,O.nab,'.•5 Pm**, 81..00 Mew...Corot. r•-J•rCrny CA100a7aBrim ws bre reran r.•an er••••eaeNn•. 110C4OCIrt LWr0aI0.100 111511MMtKSIMID lbrec,alr0.0 ICC4CCr0t 0r70BPAL see w nwasWmaBbsiavga IO:C1Ctrw 0rr1r11 OOMMU f1MN/Irtl LDC-A1^MM tbll(aa6rR11M 711aO ALO r1ICOCIa LOf.7O.1a010015.11 0ICMNrMTAIONOM010O ..orr...war.w..rwua..e nit:nuetu eon Pw.Ornw re 141•:1401O11014IIIawrlY6i Baxter& Woodman, Inc. a 12 Local BusinessTax Receipt Miami-Dade County,State of Florida State of FloridaI_B T 4 505 sNOTA&ll DO NOI PAY 7299175 J Department of State PAMlalfr ENGINEERING SERVICES ILC ISCIal to flENEWAISPIRES 2158 NW 82ND AVE 7588950SEPTEMBER 30,2025 Altai be 6aplayed at Waco of two,r DORAL FL 33122-1507 Panwm to Canny cods Chaprr BA An k 10 I certify from the records of this office that PACIFICA ENGINEERING SERVICES,LLC is a limited liability company organized under the laws of the State of Flonda,filed on Au t 17,2017. Nx 1.1 r VOWS!! PA:JRCAETafEJaNC SINUS LLC 212 P A,COP•PPARINF RSHIPIFIRM ......a x . ('Wc CSIEr C FOSTER.VCR 4CR 37200200 07 07/10/2024 The document number of this limited liability company is LI7000176490. Fmpbxr(N) It INT-24-421737 I further certify that said limited liability company has paid all fees due this wets.t tae.a.:...+1.awe artoah crams repn.r of d.Local Bran...rax TM R.41M b rp.lurr pet.a«.uetetaatro a lt.WO.t pw:darion.,Is..Awed Hol..art oomph w..nr oorrwea'..: office through December 31,2025,that its most recent annual report was filed ..,.n..,...atr, *ini irrn..a r.paln.e.b assns.rgrl..s.wa:r.. on January 11,2025,and that its status is active. is..r cf.PO Ne atow a.aa ta d.rt.rrl ea.H coa..n.l weir... M....aa.Cal.S.I.ru ta.orr eros.«assn.n...larrabM.Iprp...ellrooi Given ander ry hand and the Greed Seal of the State of Florida at Tallahassee,the Capital,this the£tnrnrh day of January,2025 t�elj1M w n.f rt 7 Secretary of Susie TrxMq Narbrr:27375.21163CC To.ween de al.I Si,rnifkare,.tiI tht f.11ootax sin..later LL B...b.,..d tis fellow ibe l.rruttioss displayed. \Yp✓Irenkesaaabia.oryilW plCrNaeateOLlMtuaCertibesuAat►nricaW. Baxter& Woodman, Inc. a 13 10. List the pertinent experience of the key individuals of your organization(continue on insert sheet,if necessary) Rebecca Travis, PE, ENV SP Project Director Rebecca has experience that is both progressive and responsible for both �` civil engineering design and project management. Her experience is in 4=�► private sector, residential, and commercial land development, as well as municipal stormwater, roadway,and utility projects. Her range of experience includes performance of complex professional engineering work involving investigation, planning, design development, permitting, management, and construction of public and private developer improvement projects. Rebecca Travis, PE, ENV SP Years of Experience.41 Jeff Hiscock, PE Project Manager Jeff has extensive engineering management experience with focus on 11?1.111111:411'ill;I water management engineering, stormwater pumping station design, and Geographic Information Systems (GIS) programming. Jeff is specifically experienced with municipal stormwater design and detailed basin flood- routing analyses using computational hydrology and hydraulics computer modeling,and GIS. I Jeff Hiscock,PE Years of Experience:39 Ipek Aktuglu, PE, ENV SP QA/QC --,1/4 With over 22 years of experience in civil and environmental engineering, " -- Ipek specializes in quality assurance and quality control for engineering, Xi design, and construction projects. She focuses on regulatory compliance, I implementing QA/QC procedures, and maintaining project accuracy and efficiency. Her expertise includes reviewing project documentation, identifying potential issues,and verifying adherence to industry standards to -- $1 support the successful delivery of infrastructure projects. Ipek Aktuglu, PE,ENV SP Years of Experience:22 David Cowan, Jr., PE, ENV SP Senior Engineer '� David is a Project Manager with extensive engineering management ilik, experience. He specializes in the renovation and design of stormwater, tor water, wastewater pump facilities, and water conveyance and distribution systems. David also has experience with long-term planning projects,capital y improvement planning, and condition index observations. His previous experience includes stormwater management on both watershed level and site development. David Cowan,Jr.,PE,ENV SP Years of Experience: 18 Baxter& Woodman, Inc. •14 Megan Berg, PE Stormwater Project Engineer & Permitting Megan has experience in civil and environmental engineering, focusingtb-H on stormwater management, permitting, environmental inspections, and regulatory compliance.She has worked with municipalities such as Pompano . Beach, Lantana, and Delray Beach, providing engineering design, plan • reviews, bidding, and construction services for drainage and infrastructure projects. Her expertise includes stormwater system design, securing grant funding,and navigating complex permitting processes to support sustainable Megan Berg,PE and resilient community improvements. Years of Experience; 16 Thu Nguyen, El Stormwater Project Engineer Thu has two years of experience in civil engineering and has earned her master's degree specializing in stormwater and drainage projects. She •' has worked on drainage improvements, stormwater master planning, and flood mitigation efforts in Delray Beach, Lantana, Gulf Stream, Palm Beach County,and West Palm Beach. Her expertise includes designing stormwater management systems, assessing drainage infrastructure, and developing Thu Nguyen, El solutions for flood-prone areas. Years of Experience: 2 Zach Schuster, PE, Ph.D., CFM Lead Modeler Zach is a Water Resources Engineer with a professional and academic • 3. 1 If background in floodplain and stormwater management. He received a Doctorate and Master's from the University of Wisconsin-Madison.Zach has managed projects for both public and private clients focusing on streambank stabilization, floodplain management, and permit compliance, and he is part of our sanitary and stormwater modeling team. He has used several different modeling software programs, including PC SWMM, the model previously Zach Schuster,PE,Ph.D.,CFM used for this project. Years of Experience:8 Alexis Shotton, PE Grant Assistance & Compliance • • Alexis routinely assists senior engineers with the design of water main and sewer improvements. Since joining Baxter & Woodman, Alexis has excelled in the fields of computerized maintenance and management systems, underground infrastructure, water and sewer rate studies, Sea Level Rise Vulnerability Assessments, and grant assistance/compliance - including HUD grants. Alexis Shotton, PE Years of Experience:8 Baxter& Woodman, Inc. •15 Sira "Jockey" Prinyavivatkul, PE Utilities Project Manager Sira serves as Baxter & Woodman's Water and Wastewater Department Manager for the Florida Division. His expertise includes design of water and wastewater infrastructure including lift station, sanitary sewer, stormwater management,potable water,and water reclamation projects.His background includes providing engineering design, permitting, bidding, construction management and observation for roadway, pavement,culvert improvements, pressure pipe, pump stations, as well as levee inspections. Sira"Jockey" Prinyavivatkul, PE Years of Experience: 26 Arthur "Jake" Hurley, PE Utilities Project Engineer Jake Hurley is unique in his ability to understand projects from the perspectives of the municipality, general contractor, and design engineer. Jake's focus is 1 water/wastewater and he is a Project Manager with experience in engineering design, permitting, bidding, and construction services. He started his career as a field/project engineer working for the general contractor Wharton Smith, Inc, then joined the City of Boynton Beach Utilities Department as a project manager and staff engineer. Arthur"Jake"Hurley,PE Years of Experience: 10 :1 Emily Altman, El Utilities Project Engineer Emily Altman joined Baxter & Woodman after receiving her Environmental Engineering degree from Florida Atlantic University. She regularly assists Project Managers on a wide variety of infrastructure improvement 111:14:111J(1111 projects including wastewater needs assessments, neighborhood utilities improvements, and master planning. Emily Altman, El Years of Experience: 3 Richard "Rick" Chipman, CGC Construction Advisor Rick brings extensive experience in municipal construction,including building projects, site development, and water/wastewater treatment. He excels in • construction administration, complex project oversight, and supervisory management. Notable work includes sea level rise resiliency and drainage • ,f improvements in Lakeside Gardens, rehabilitation of Lift Stations 26, 45, ‘7- and 51 in West Palm Beach, and managing the Sea Pines Stormwater Pump .11• Station project in Lantana. He also conducted a constructability review for Rick Chipman,CGC the IQ511 Pump Station Piping Improvements for the Loxahatchee River Years of Experience:44 Environmental Control District. Baxter& Woodman, Inc. •16 Eric Rush, PE Construction Manager 41111111111S Eric is a licensed Professional Engineerwho hasworked in roadwayconstruction management at both the state and city levels. His experience included direct and indirect management of bridge and highway reconstruction projects, auditing construction project files, processing subcontracts, change orders, and contractor payments, developing and maintaining construction forms and spreadsheets, drafting and updating state DOT construction policies, manuals,and specifications,and supervising construction management staff Eric Rush,PE for roadway,building, and park related projects. Years of Experience:26 Brad Stoecker Inspector& Public Outreach Officer • Brad has a strong background in construction survey and layout, inspection, , and documentation.His eight years of experience with the Illinois Department of Transportation gives him in-depth knowledge of IDOT standards and procedures. His interpersonal skills were developed while supervising IDOT • ' projects, where he coordinated work between the engineer and contractor and kept the general public informed of project status. Since relocating to Florida in 2016, Brad has been involved in various project site inspections Brad Stoecker Years of Experience: 35 and construction progress documentation for many water, sewer, paving and drainage projects. Brad also provides daily reporting in the format of photography, video, and visual arts, which are uploaded to various social media platforms for public notification regarding design and construction status updates. Brad is also a commercially licensed UAS pilot. By following strict safety protocols, all flights are conducted safely and in compliance with State and Federal regulations. Anthony Monroe Construction Inspector Anthony is a skilled construction inspector offering 25 years of experience serving as a superintendent for contractors in Florida. He is consistently praised for his effective coordination between clients and contractors. Anthony's main priority while overseeing projects are maintaining clients' budgets and schedules. Anthony Monroe Years of Experience:25 Baxter& Woodman, Inc. •» 14.State the names,addresses,and the type of business of all firms that are partially or wholly owned by Proposer: Concentric Integration, LLC 8430 W. Bryn Mawr Avenue,Suite 400, Chicago,IL 60631 Type of Business:Automation&Controls Baxter & Woodman Costa Rica, SRL 1548 Bond Street,Suite 103 Naperville, IL 60563 Type of Business:Consulting Engineer Baxter & Woodman Boller, LLC 3045 Washington Street Waukegan, IL 60085 Type of Business: Design/Build Baxter & Woodman Natural Resources, LLC 17009 Harmony Road Marengo,IL 60152 Type of Business: Ecological/Natural Resources Consulting and Natural Area Maintenance Baxter & Woodman Real Estate Holdings, LLC 8678 Ridgefield Road, Crystal Lake, IL 60012 Type of Business: Real Estate Tocoi Engineering a Baxter & Woodman Company Green Cove Springs 714 N.Orange Avenue Green Cove Springs, FL 32043 St.Augustine 405 Golfway West Drive St.Augustine,FL 32095 Type of Business:Consulting Engineer Baxter& Woodman, Inc. •18 18, Describe policies and methods for project monitoring and budgeting control as well as adherence to proj- ect schedule(continue on insert sheet, if necessary). Project Budget Control Engineering Services Fees At Baxter & Woodman, we pride ourselves on producing high quality, cost-effective projects. This begins with having a scope development meeting with the City, design team, and stakeholders to identify the objective and expectation for each project. Baxter & Woodman Project Managers believe the development of a scope of work is an extensive exercise in performing preliminary data collection and research to develop a scope of work that is all encompassing of the project requested by the City.Baxter&Woodman will identify the appropriate staff that can perform specific tasks for each project at the highest levels of efficiency to minimize project costs.We do our best to avoid requests for additional compensation by providing accurate scopes of work and will only request additional compensation if there is a clear increase in the scope of the engineering services. Project Design Budgets Once a project is under contract, Baxter& Woodman utilizes Deltek Vantagepoint for project management. Deltek Vantagepoint provides our Project Managers the ability to budget and schedule staff hours effectively between multiple projects to avoid overlapping of resources which can cause delays in submitting deliverables. In addition, Baxter& Woodman performs weekly project progress meetings to discuss project needs and identify resources.The old saying,"Time is Money," is a mantra Baxter& Woodman staff live by. Maintaining project schedules is a key to maintaining project budgets. On design projects, Baxter & Woodman will execute designs by following the City's design standards and federal and state requirements while identifying the most cost-effective solutions with the most cost-effective materials meeting City standards. We develop and review cost estimates during planning, preliminary, and final design stages of a project. Back-checking cost estimates at each stage allows us to verify there has not been "budget creep" resulting from project enhancements. Value engineering is also performed at each design stage to further manage and control construction costs.This extra attention to budget control confirms our engineers'estimates of final construction cost will be as accurate as possible. At the 90% stage completion, Baxter & Woodman will assign a Construction Project Manager to perform a constructability review of the Contract Documents. Having a construction professional perform the constructability review assists in further reducing contractor opportunities for change orders. Their experience can identify conditions that could be issues for a contractor to construct the proposed work without requesting a change order for additional time or fees. Project Construction Budgets Baxter & Woodman Construction Managers have years of experience in the industry in South Florida and have worked with a number of the typical general contractors that perform municipal project construction. This experience allows our Construction Managers to be prepared for what to expect from the general contractor before the project begins. Construction change orders are minimized by having accurate and complete design drawings and specifications. We routinely receive compliments from contractors and material suppliers regarding the thoroughness of our construction contract plans. Evidence of this is further indicated by the tight grouping of construction bids our clients receive on projects. The thoroughness and accuracy of these construction documents result in savings to our clients for two reasons: Lower Construction Bids Minimal Change Orders The construction bids are lower because the C�han�ge Orders are min mized because the documents show contractors do not build in risk factors due to Rea r gwrements an the contractors cannot claim conflicts unknown conditions or requirements. or the need for additional work. Baxter& Woodman, Inc. •19 19, Provide descriptions of quality assurance/quality control management methods(continue on insert sheet, if necessary): 4.2 Quality Assurance/Quality Control Our team recognizes the importance of a clear focus on providing a QA/QC PLAN quality product. Our Quality Control Manager, Ipek Aktuglu, PE, ENV KEY ELEMENTS SP will monitor the implementation of the QC program on each task order and will confirm that work is performed in conformance with the "QA/QC Plan." The committee will work with the project manager11Ce to select an appropriate senior reviewer for each delivery based on applicable experience and technical expertise. Customized Checklists Our team's quality management program incorporates oversight of specific quality control functions to confirm that: re"' • Project staff including subcontractors are qualified to perform their duties and meet regulatory and project specific training requirements. Items and services procured for the project meet Compliance with Project Deadlines necessary quality requirements. • Quality related work is documented and the documents are managed and controlled. • Computer hardware and software is controlled. • Work is properly planned. Readily Available • Work procedures are established where necessary. Support Staff • Work is reviewed and quality processes are audited for effectiveness. • Deficiencies are documented, and effective corrective action is promptly completed. �e Reviews by Our team's QA/QC program emphasizes to all project members that Senior Engineers quality is nota"one time"kind of commitment,but rather is a continuous process of improvement. In addition, we utilize our construction managers to perform constructability reviews. The quality of our designs stems from our commitment to being certified ISO 9001P:2015 for Quality Management System.Baxter&Woodman's Active Engagement design process has received this accreditation for demonstrating our with City Staff ongoing dedication to quality by consistently satisfying our clients' requirements and industry specifications. IF/A.O I c O Baxter&Woodman's wastewater design process has received the ISO 9001:2015 Quality ►7 Management System accreditation for demonstrating our ongoing commitment to quality by 9001:2015 consistently satisfying our clients'requirements and industry specifications. Baxter& Woodman, Inc. •20 Baxter& Woodman maintains the certification by: • Utilizing customized Quality Control/Quality Assurance checklists for each project • Maintaining compliance with project deadlines • Offering staff available to perform work • Performing reviews of deliverables by senior staff Baxter&Woodman uses the Bluebeam Revu program to perform QA/QC of deliverables. Bluebeam Revu is a powerful Portable Document File(PDF) program specifically developed for design professionals.Baxter& Woodman has developed a standard operating procedure(SOP)for reviewing documents using Bluebeam Revu Studio Session that allows us to document comments from the design engineer, CAD technician,and the senior reviewers simultaneously in real time. The review process begins with the creation . . of a Bluebeam Studio Session. The design engineer will utilize tools within the program to _ �• draw or denote comments on the drawings that I - ; are recorded in a table with a "red" color status : identifier. The CAD technician can review the %R-- „�' ; comments in real time and provide a response to _ the comment or change the status to"Corrected" — which would change the color status identifier to "green." Once all comments are updated to Biuebeam Revu Dashboard "Corrected" by the CAD technician, a new set of drawings are printed for the senior reviewer to perform a backcheck. The status for all "Corrected" items will be updated to"Backchecked,"which would change the color status identifier to "purple," by the senior reviewer to confirm the comments have been updated by the CAD technician. Once all"Corrected"statuses have been changed to"Backchecked,"the senior reviewer will begin reviewing the new drawing.Comments by the senior reviewer will then be reviewed by the design engineer for further discussion or passed on to the CAD technician to update. The senior reviewer will perform one final review of the updated drawings before submittal to the City.All Bluebeam Studio Sessions are saved for recordkeeping and are available for the City to review if desired. Baxter& Woodman, Inc. •21 20. Financial Statement Financial Statement Baxter & Woodman, Inc. is a privately held, employee-owned corporation. The following pages include a letter of reference from our bank-St.Charles Bank and consolidated balance sheets from the previous fiscal year. .i 111 ST. CHARLES BANK' U & TRUST COMPANY, N.A. A WI NTR U ST COMMUNITY BANK Richard A. Davis Chairman&CEO 1001 S. Randall Road Elgin,IL 60123 Phone: 630-563-7916 Fax: 847-429-6773 RDavis2@bankstcharles.com CI 411 W.Main Street—St.Charles,Illinois 60174-630-377-9500 FDIC Baxter& Woodman, Inc. •22 BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS December 31.2023 and 2022 2023 2022 ASSETS 1 (These statements are continued on the following page.) - 5 - Baxter& Woodman, Inc. •Y3 BAXTER&WOODMAN,INC.AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS(Continued) December 31.2023 and 2022 2023 2022 LIABILITIES AND STOCKHOLDERS' EQUITY 1 1. See accompanying notes to consolidated financial statements. -6 - Baxter& Woodman, Inc. •24 24. List all claims, arbitrations,administrative hearings,and lawsuits brought by or against the Proposer or its predecessor organization(s)during the last five(5)years.The list shall include all case names,case arbitra- tion or hearing identification numbers,the name of the project in which the dispute arose,and a description of the subject matter of the dispute, Litigation History As a large regional consulting engineering firm providing services in the states of Florida, Illinois,Wisconsin, and Texas, Baxter& Woodman, in the course of our business, occasionally becomes involved as a party in claims, disputes, or litigation. However,we can affirm that there is no pending or threatened claim, dispute, or litigation which could reasonably be anticipated to have an adverse impact on our financial or professional ability to perform the services contemplated by this proposal. Below is a list of litigations from the past five years. Name and Location N eagle Court of Resolution Date of Claim and Court Case;County;State Active/Inactive Claim How Resolved Anne W.Humbert vs.Oak Forest,Baxter&Woodman,Iroquois Personal injury 2023 Case in discovery 2023 100775814;Circuit Court,Cook Active Paving Corporation,and Traffic Control Company _ County,IL John M.Hughes vs.Manusos General Contracting,Inc, Personal Injury 2023 Case in discovery 2023 L 0035251;Omit Court,Cook Active Northwest Technical,Wunderlich-Malec Services,Baxter& County,IL Woodman,Inc,and Stantec Consultiff g Services,Inc. - Steven W.Becker,Thomas.'Becker,and Jeffrey C Becker vs. Land dispute between two property 2022 Baxter&Woodman submitted 22 CV 3875;United States District Active Possibility Place Nursery,Inc.,Connor B.Shaw,III,Tristan Shaw;owners. motion to dismiss. Court,Northern District of Illinois Kelsay Shaw;Shaw Family Dec Trust;Saw Family Trust County of Will;Will County Land Use Department Tim Mack;Greg Ratajczak;Brian Radner;Nicole Roedl,Scott Killinger;Baxter& Woodman,Inc.,Donald Wauthier;and Berns,Clancy and Associates,P.C. Cheryl Brown vs.Village of LaGrange,LaGrange Elementary ,Pedestrian tripped on sign post outside of 2022 INACTIVE-Settled 2024. 2021 L 007195,Aran Court,Cook Inactive School District 102,Board of Education of LaGrange School right-of-way/on private property. County,IL District 102,Commonwealth Edison Company d/b/a COME°,an Illinois corporation,Triggi Construction,Inc.,lindahl Brothers, Inc.,and Baxter&Woodman,Inc. Charles McGill vs.Foster Marine;Baxter&Woodman Pedestrian tripped over sand bags. 2022 INACTIVE-Settled 2023 50.2022-CA-010273-)000(-MB;Asdclal Inactive Circuit Cour of Palm Beads County,Fl. Raymond Miller vs.Len Con&Sons,Baxter&Woodman;PT Bicyclist fell In construction zone. 2020 INACTIVE-Settled 2023 2018 L 3422,12th Judicial arcuR Court Inactive Ferro Co of WIN County,IL John Melon,vs.Village of Glenview Construction worker injury. 2019 INACTIVE-Claim was denied, 20191 006916,arcit Court of Cook Inactive plaintiff failed to refile the claim. County,IL Case closed August 2022 Linda Bruno-Coffman and Richard Coffman vs.Southeastern Pedestrian tripped along sidewalk M 2019 INACTIVE-Settled January 2021 17th Judicial arca Court of Browsed Inactive Engineering Contractors,Inc.,Murphy Pipeline Contractors,and construction zone County,FL CACE-19-003469 Baxter&Woodman Baxter& Woodman, Inc. •25 ° ��ffY R i V r 4 rO N r~ E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES THIS PAGE IS TO BE COMPLETED AND UP1.QADED ONLINE Project Name: Chapel Hill Drainage Improvement Project -----— - --------Solicitation No.: RFQ No. 25-018Q 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor"means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system"means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract: and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s.448.095 (2), but the Contractor otherwise complied with s. 448.095(2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a)or b) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. F Company Name: Baxter&W d n, Inc. ' � Authorized Signature: Print Name: Rebecca Travis PE, ENV SP Title Executive ice Pr sident Date: 3 /1., 2�" - Phone: 561-425-7715 STATE OF Florida __) COUNTY OF Palm Beach ) The foregoing instrument was acknowledged before me by means of>(hysical presence or - online notarization, this /) day of 't iet t , 2025, by Rebecca Travis PE,ENV SP on behalf of I+,cio„d (k.bimav't He/she is personally known to me or has produced as identification. NOTARY PUBLIC / Lisa Alonso (Name of Notary Typed, Printed or Stamped) Title or Rank HN 157 r/t' Serial number, if any Notary Public State of Florida Lisa Alonso Itti My Commission HH 451811 Expires 10/5/2027 II Vd► ♦ z 0 ti r NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of Florida • County of Palm Beach Rebecca Travis,PE.ENV SP , being first duly sworn, deposes and says that: 1) He/She is Executive Vice President of Baxter&Woodman,hc. , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion; 4) Further,the said bidder nor any of its officers, partners, owners, agents, representatives,employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its agents, representatives, owners. employees, or parties in interest, including this affiant. 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in, the BIDDER's business, who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no It time to cure. NAME RELATIONSHIP N/A Witnesses: _ BIDDER: �-� Signed: -- Type, arae: JeffreyHiscDdr Name: Rebecca Travis, PE, ENV SP Title. Executive Vice President Typed na , Mork Dochste(ner STATE OF Florida , COUNTY OF Pa Im Beach ) The foregoing instrument was acknowledged before me, by means of physical presence or ❑ online notarization, this day of AirducC1 ,2 by Rebecca Travis, PE, ENV SP , who is personally known to me or who has produced as identification. Subscribedand sworn to before_ me A This /1441 day of I t 4� h.J1_____—_ , 20-I b "insall � Notary Public Slate of Flotlde r ry Public(Signature) I Lies Aloneo `� S Ill My Commission NH 481811My OmmlSSlon Expires: j Q /-17.___.Expfrea 10/5/2027 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 • e� a tiTON °- CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE Rebecca Travis PE_ENV SP on behalf of Baxter&Woodman, Inc. certify Print Name and Title Company Name that Baxter&Woodman, Inc. does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List: and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute§ 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. understand that pursuant to section 287.135, Florida Statutes. the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Baxter& Woodman, Inc. COMPANY NAME SIGNATURE Rebecca Travis PE, ENV SP Executive Vice President PRINT NAME TITLE 5/&/Z' DATE STATE OF Florida COUNTY OF Palm Beach i The foregoing instrument was acknowledged before me, by means ofl physical presence or 0 online notarization, this (4-' day of 4/1 , 20 by Rebecca Travis PE, ENV SP who is personally known to me or who has produced as identification. Subscribed and sworn to before me This / day of ivif.,AriA , 2025 o ary Public(Signature) 10/04)7'020 -7 My Commission Ex ires: 1 Notary Pu51Ic State of Flo?ldg 1 Lisa Alonao MY Commlaslon HH 451511 Expires 10/5/2027 "o. a = o ti,or, c` AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TO BE COMPLETED AND UPLOADED ONLINE The undersigned, on behalf of the entity listed below("Entity"), hereby attests under penalty of perjury as follows: 1 Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: § 287.138(2)(a), Florida Statutes) • 2. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: §287.138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of, and does not have a principal place of business in, a foreign country of concern. (Source: § 287.138(2)(c), Florida Statutes) 4. The undersigned is authorized to execute this affidavit on behalf of Entity 3 / . Date: /Z- ,20 -n Signed: — Entity: Baxter & Woodman, Inc. Name: Rebecca 1 raves PE ENV SP Title: Executive Vice President STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was ack owled ed before me, by means of hysical presence or D online notarization, this ')"`day of /"&AL. , 20.,31 by Rebe Travis PE,ENV SP as Executive Vice President for Baxter&Woodman Inc , who is personally known to me or who has produced as identification. Notary Public Signature: State of Florida t are e Print Name: Lisa AIonso Notary Public State of Florida Lisa Alonso dab: My Commission HH 451811 Expires 10/5/2027 My commission expires: /0/9D-7 0, . .. .:•• r 1 u ..,... 0 AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." Date: 3 �2 , 20,, , Signed: 4:7---Giaor---- Entity: Baxter&Woodman,Inc Name: Rebecca Travis PE,ENV SP Title: Executive Vice President STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowle ged before e,bby means of [physical presence or O online notarization, this / 1#day of ,44i C , 20.c, by Rebecca Travis PE ENV SP as Executive Vice President for Baxter&Woodman.Inc. , who is ere,or who has produced as identification. Notary Public Signature: ,--), ?..SaleeFfi ll�@t(Iy Nolory ub c Print Name: Lisa Alons Llaa Alonso •• My Commission NN 451811 "".1111.'" Expires 101612027 My commission expires: /W4 sw 7 State of Florida Department of State I certify from the records of this office that BAXTER & WOODMAN, INC. is an Illinois corporation authorized to transact business in the State of Florida, qualified on May 2, 2016. The document number of this corporation is F16000002059. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 4, 2025, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 2025 ._. ..',_ 'AP-, .: - ``r X....s.-- --...--K- P Secretary of tale Tracking Number: 1428554187CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfStatus/CertificateAuthentication AC D CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) L.----- 12/20/2024 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Holmes Murphy&Associates PONE Morgan Ebel FAX 2727 Grand Prairie Pkwy (A/C No,Ext):612-349-2438 (NC,No): Waukee IA 50263 ADDDRESS: MEbeI@holmesmurphy_com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Valley Forge Insurance Company 20508_ INSURED BAXWOOPC INSURER B:The Continental Insurance Company 35289 Baxter&Woodman, Inc 8678 Ridgefield Road INSURER C:Continental Casualty Company 20443 Crystal Lake, IL 60012 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1752417346 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRINTYPE OF INSURANCE INSD yy1 VD POLICY NUMBER POUCY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM4'DDNWY) A X COMMERCIAL GENERAL LIABILITY 7017821337 1/1/2025 1/1/2026 EACH OCCURRENCE $1,000,000 DAMAGElO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) S1.000.000 MED EXP(Any one person) S 15,000 PERSONAL&ADV INJURY _ S 1.000.000 GEN_AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE _ S 2,000,000 POLICY X JE a X LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: S B AUTOMOBILE LIABILITY 7017833701 1/1/2025 1/1/2026 WaftudenINEDi)SINGLE LIMIT S 1,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY _ AUTOS ONLY (Per accident) _ S B X UMBRELLA UAB X OCCUR 7017835416 1/1/2025 1/1/2026 EACH OCCURRENCE 515,000,000 EXCESS LIAO CLAIMS-MADE AGGREGATE S 15,000,000 DED X RETENTIONS irt(YX1 S C WORKERS COMPENSATION 717818681 1/1/2025 1/1/2026 X I STATUTE I 1OTTH- AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTfER/E)(ECUTIVEN N/A E L EACH ACCIDENT S 1,000,000 MI OFFICEREMBER EXCLUDED? (Mandatory in NH) E L DISEASE-EA EMPLOYEE S 1,000,000 If yes,descnhe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT S 1,000,000 C Professional Liabirty AEH591900841 1/1/2025 1/1/2026 Per claim $5,000,000 Claims made form Aggregate $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) For Reference Only CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Sample Atli 17FD RFPRFSFNTATIVF I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Form W-9 Request for Taxpayer Give Form to the (Rev.October 2018) Identification Number and Certification requester.Do not Depa'tment of the Treasury send to the IRS. Internal Revenue Service ►Go to www.bs.gov/FormW9 for Instructions and the latest Information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. Baxter&Woodman,Inc. 2 Business name/disregarded entity name,If different from above 3 Check appropriate box for federal tax classification of the app pr person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to ci following seven boxes, certain entities,not individuals:see a instructions on page 3): p ❑ IndrviduaVsole proprietor or [I] C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate n single-member LLC Exempt (ifany) E = p payee code ❑ Limited liability company.Enter the tax classification(C=C corporation.S=S corporation,P=Partnership)► o 2 Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting in LLC If the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(if any) aC another LLC that is not disregarded from the owner for US.federal tax purposes.Otherwise,a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. m ❑ Other(see instructions)► (.400/es to ac000nu nwntamed avuWe the U.S.) N 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) A 8678 Ridgefield Road 6 City,state,and ZIP code Crystal Lake,IL 60012 7 list account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social securny number 1 backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later,For other — - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN,later, or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 3 6 - 2 8 4 5 2 4 2 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be Issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S,citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here us,person► ' ' ,,-' Date► 7/1/2024 General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.lrs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage Interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of Information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.1023IX Form W-9(Rev.10-2018) Form W-9(Rev.10-2018) Page 2 By signing the filled-out form,you: Example.Article 20 of the U.S.-China income tax treaty allows an 1.Certify that the TIN you are giving is correct(or you are waiting for a exemption from tax for scholarship income received by a Chinese number to be issued), student temporary present in the United States.Under U.S.law,this student will become a resident alien for tax purposes if his or her stay in 2.Certify that you are not subject to backup withholding,or the United States exceeds 5 calendar years.However,paragraph 2 of 3.Claim exemption from backup withholding if you are a U.S.exempt the first Protocol to the U.S.-China treaty(dated April 30, 1984)allows payee.If applicable,you are also certifying that as a U.S.person,your the provisions of Article 20 to continue to apply even after the Chinese allocable share of any partnership income from a U.S.trade or business student becomes a resident alien of the United States.A Chinese is not subject to the withholding tax on foreign partners'share of student who qualifies for this exception(under paragraph 2 of the first effectively connected income,and protocol)and is relying on this exception to claim an exemption from tax 4.Certify that FATCA code(s)entered on this form(if any)indicating on his or her scholarship or fellowship income would attach to Form that you are exempt from the FATCA reporting,is correct.See What is W-9 a statement that includes the information described above to FATCA reporting,later,for further information. support that exemption. Note:If you are a U.S.person and a requester gives you a form other If you are a nonresident alien or a foreign entity,give the requester the than Form W-9 to request your TIN,you must use the requester's form if appropriate completed Form W-8 or Form 8233. it is substantially similar to this Form W-9. Backup Withholding Definition of a U.S.person.For federal tax purposes,you are considered a U.S.person if you are: What is backup withholding?Persons making certain payments to you •An individual who is a U.S.citizen or U.S.resident alien; must under certain conditions withhold and pay to the IRS 24%of such payments.This is called"backup withholding." Payments that may be •A partnership,corporation,company,or association created or subject to backup withholding include interest,tax-exempt interest, organized in the United States or under the laws of the United States; dividends,broker and barter exchange transactions,rents,royalties, •An estate(other than a foreign estate);or nonemployee pay,payments made in settlement of payment card and •A domestic trust(as defined in Regulations section 301,7701-7), third party network transactions,and certain payments from fishing boat Special rules for partnerships.Partnerships that conduct a trade or operators.Real estate transactions are not subject to backup P p withholding. business in the United States are generally required to pay a withholding You will not be subject to backup withholding on payments you tax under section 1446 on any foreign partners'share of effectively receive if you give the requester your correct TIN,make the proper connected taxable income from such business.Further,in certain cases certifications,and report all your taxable Interest and dividends on your where a Form W-9 has not been received,the rules under section 1446 tax return. require a partnership to presume that a partner is a foreign person,and pay the section 1446 withholding tax.Therefore,if you are a U.S.person Payments you receive will be subject to backup withholding if: that is a partner in a partnership conducting a trade or business in the 1.You do not furnish your TIN to the requester, United States,provide Form W-9 to the partnership to establish your 2.You do not certify your TIN when required(see the instructions for U.S.status and avoid section 1446 withholding on your share of Part II for details), partnership income. In the cases below,the following person must give Form W-9 to the 3.The IRS tells the requester that you furnished an incorrect TIN, partnership for purposes of establishing its U.S.status and avoiding 4.The IRS tells you that you are subject to backup withholding withholding on its allocable share of net income from the partnership because you did not report all your interest and dividends on your tax conducting a trade or business in the United States, return(for reportable interest and dividends only),or •In the case of a disregarded entity with a U.S.owner,the U.S.owner 5.You do not certify to the requester that you are not subject to of the disregarded entity and not the entity; backup withholding under 4 above(for reportable interest and dividend •In the case of a grantor trust with a U.S.grantor or other U.S.owner, accounts opened after 1983 only). generally,the U.S.grantor or other U.S.owner of the grantor trust and Certain payees and payments are exempt from backup withholding. not the trust;and See Exempt payee code, later,and the separate Instructions for the •In the case of a U.S.trust(other than a grantor trust),the U.S.trust Requester of Form W-9 for more information. (other than a grantor trust)and not the beneficiaries of the trust. Also see Special rules for partnerships,earlier. Foreign person.If you are a foreign person or the U.S.branch of a What is FATCA Reporting? foreign bank that has elected to be treated as a U.S.person,do not use Form W-9.Instead,use the appropriate Form W-8 or Form 8233(see The Foreign Account Tax Compliance Act(FATCA)requires a Pub.515,Withholding of Tax on Nonresident Aliens and Foreign participating foreign financial institution to report all United States Entities), account holders that are specified United States persons.Certain Nonresident alien who becomes a resident alien.Generally,only a payees are exempt from FATCA reporting.See Exemption from FATCA nonresident alien individual may use the terms of a tax treaty to reduce reporting code,later,and the Instructions for the Requester of Form or eliminate U.S.tax on certain types of income.However,most tax W-9 for more information. treaties contain a provision known as a"saving clause."Exceptions Updating Your Information specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise You must provide updated information to any person to whom you become a U.S.resident alien for tax purposes. claimed to be an exempt payee if you are no longer an exempt payee If you are a U.S.resident alien who is relying on an exception and anticipate receiving reportable payments in the future from this contained in the saving clause of a tax treaty to claim an exemption person.For example,you may need to provide updated information if from U.S.tax on certain types of income,you must attach a statement you are a C corporation that elects to be an S corporation,or if you no to Form W-9 that specifies the following five items. longer are tax exempt.In addition,you must furnish a new Form W-9 if 1.The treaty country.Generally,this must be the same treaty under the name or TIN changes for the account;for example,if the grantor of a which you claimed exemption from tax as a nonresident alien. grantor trust dies. 2.The treaty article addressing the income. Penalties 3.The article number(or location)in the tax treaty that contains the saving clause and its exceptions. Failure to furnish TIN.If you fail to furnish your correct TIN to a 4.The type and amount of income that qualifies for the exemption requester,you are subject to a penalty of$50 for each such failure from tax. unless your failure is due to reasonable cause and not to willful neglect. 5.Sufficient facts to justify the exemption from tax under the terms of Civil penalty for false information with respect to withholding.If you the treaty article, make a false statement with no reasonable basis that results in no backup withholding,you are subject to a$500 penalty. Form W-9(Rev.10-2018) Page 3 Criminal penalty for falsifying information.Willfully falsifying IF the entity/person on line 1 is THEN check the box for... certifications or affirmations may subject you to criminal penalties a(n) including fines and/or imprisonment. Misuse of TINs.If the requester discloses or uses TINs in violation of • Corporation Corporation federal law,the requester may be subject to civil and criminal penalties. • Individual Individual/sole proprietor or single- s Specific Instructions • Sole proprietorship,or member LLC p • Single-member limited liability company(LLC)owned by an Line 1 individual and disregarded for U.S. You must enter one of the following on this line;do not leave this line federal tax purposes. blank.The name should match the name on your tax return. • LLC treated as a partnership for Limited liability company and enter If this Form W-9 is for a joint account(other than an account U.S.federal tax purposes, the appropriate tax classification. maintained by a foreign financial institution(FF1)),list first,and then • LLC that has filed Form 8832 or (P= Partnership;C=C corporation; circle,the name of the person or entity whose number you entered in 2553 to be taxed as a corporation, or S=S corporation) Part I of Form W-9.If you are providing Form W-9 to an FFI to document or a joint account,each holder of the account that Is a U.S.person must • LLC that is disregarded as an provide a Form W-9. entity separate from its owner but a. Individual.Generally,enter the name shown on your tax return.If the owner is another LLC that is you have changed your last name without informing the Social Security not disregarded for U.S.federal tax Administration(SSA)of the name change,enter your first name,the last purposes. name as shown on your social security card,and your new last name. Note:ITIN applicant:Enter your individual name as It was entered on • Partnership Partnership your Form W-7 application,line la.This should also be the same as the • Trust/estate Trust/estate name you entered on the Form 1040/1040N1040EZ you filed with your Line 4, Exemptions application. b. Sole proprietor or single-member LLC.Enter your individual If you are exempt from backup withholding and/or FATCA reporting, name as shown on your 1040/1040A/1040EZ on line 1.You may enter enter in the appropriate space on line 4 any code(s)that may apply to your business,trade,or"doing business as"(DBA)name on line 2. you. c. Partnership,LLC that is not a single-member LLC,C Exempt payee code. corporation,or S corporation.Enter the entity's name as shown on the • Generally,individuals(including sole proprietors)are not exempt from entity's tax return on line 1 and any business,trade,or DBA name on backup withholding. line 2. • Except as provided below,corporations are exempt from backup d. Other entities.Enter your name as shown on required U.S.federal withholding for certain payments,including interest and dividends. tax documents on line 1.This name should match the name shown on the • Corporations are not exempt from backup withholding for payments charter or other legal document creating the entity.You may enter any made in settlement of payment card or third party network transactions. business,trade,or DBA name on line 2. • Corporations are not exempt from backup withholding with respect to e. Disregarded entity.For U.S.federal tax purposes,an entity that is attorneys'fees or gross proceeds paid to attorneys,and corporations disregarded as an entity separate from its owner is treated as a that provide medical or health care services are not exempt with respect "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii).Enter to payments reportable on Form 1099-MISC. the owner's name on line 1.The name of the entity entered on line 1 should never be a disregarded entity.The name on line 1 should be the The following codes identify payees that are exempt from backup name shown on the income tax return on which the income should be withholding.Enter the appropriate code in the space in line 4. reported.For example,if a foreign LLC that is treated as a disregarded 1—An organization exempt from tax under section 501(a),any IRA,or entity for U.S.federal tax purposes has a single owner that is a U.S. a custodial account under section 403(b)(7)if the account satisfies the person,the U.S.owner's name is required to be provided on line 1.If requirements of section 401(f)(2) the direct owner of the entity is also a disregarded entity,enter the first 2—The United States or any of its agencies or instrumentalities owner that is not disregarded for federal tax purposes.Enter the disregarded entity's name on line 2,"Business name/disregarded entity 3—A state,the District of Columbia,a U.S.commonwealth or name."If the owner of the disregarded entity is a foreign person,the possession,or any of their political subdivisions or instrumentalities owner must complete an appropriate Form W-8 instead of a Form W-9. 4—A foreign government or any of its political subdivisions,agencies, This is the case even if the foreign person has a U.S.TIN. or instrumentalities Line 2 5—A corporation If you have a business name,trade name,DBA name,or disregarded 6—A dealer in securities or commodities required to register in the entity name,you may enter it on line 2. United States,the District of Columbia,or a U.S.commonwealth or possession Line 3 7—A futures commission merchant registered with the Commodity Check the appropriate box on line 3 for the U.S.federal tax Futures Trading Commission classification of the person whose name is entered on line 1.Check only 8—A real estate investment trust one box on line 3. 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9(Rev.10-2018) Page 4 The following chart shows types of payments that may be exempt M—A tax exempt trust under a section 403(b)plan or section 457(g) from backup withholding.The chart applies to the exempt payees listed plan above,1 through 13. Note:You may wish to consult with the financial institution requesting IF the payment is for... THEN the payment Is exempt this form to determine whether the FATCA code and/or exempt payee for... code should be completed. Interest and dividend payments All exempt payees except Line 5 for 7 Enter your address(number,street,and apartment or suite number). Broker transactions Exempt payees 1 through 4 and 6 This is where the requester of this Form W-9 will mail your information through 11 and all C corporations. retums.If this address differs from the one the requester already has on S corporations must not enter an file,write NEW at the top.If a new address is provided,there is still a exempt payee code because they chance the old address will be used until the payor changes your are exempt only for sales of address in their records. noncovered securities acquired Line 6 prior to 2012. Barter exchange transactions and Exempt payees 1 through 4 Enter your city,state,and ZIP code. patronage dividends Part I. Taxpayer Identification Number (TIN) Payments over$600 required to be Generally,exempt payees Enter your TIN in the appropriate box.If you are a resident alien and reported and direct sales over 1 through 52 you do not have and are not eligible to get an SSN,your TIN is your IRS $5,000' individual taxpayer identification number(ITIN).Enter it in the social security number box.If you do not have an ITIN,see How to get a TIN Payments made in settlement of Exempt payees 1 through 4 below. payment card or third party network If you are a sole proprietor and you have an EIN,you may enter either transactions your SSN or EIN. 1 See Form 1099-MISC,Miscellaneous Income,and its instructions. If you are a single-member LLC that is disregarded as an entity separate from its owner,enter the owner's SSN(or EIN,if the owner has 2 However,the following payments made to a corporation and one).Do not enter the disregarded entity's FIN.If the LLC is classified as reportable on Form 1099-MISC are not exempt from backup a corporation or partnership,enter the entity's EIN, withholding:medical and health care payments,attorneys'fees,gross Note:See What Name and Number To Give the Requester, later,for proceeds paid to an attorney reportable under section 6045(f),and further clarification of name and TIN combinations. payments for services paid by a federal executive agency. Exemption from FATCA reporting code.The following codes identify How to get a TIN.If you do not have a TIN,apply for one immediately. payees that are exempt from reporting under FATCA These codes To apply for an SSN,get Form SS-5,Application for a Social Security apply to persons submitting this form for accounts maintained outside Card,from your local SSA office or get this form online at of the United States by certain foreign financial institutions.Therefore,if www.SSA.gov.You may also get this form by calling 1-800-772-1213. you are only submitting this form for an account you hold in the United Use Form W-7,Application for IRS Individual Taxpayer Identification States,you may leave this field blank.Consult with the person Number,to apply for an fTIN,or Form SS-4,Application for Employer requesting this form if you are uncertain if the financial institution is Identification Number,to apply for an EIN.You can apply for an EIN subject to these requirements.A requester may indicate that a code is online by accessing the IRS website at www.irs.gov/Businesses and not required by providing you with a Form W-9 with"Not Applicable"(or clicking on Employer Identification Number(EIN)under Starting a any similar indication)written or printed on the line for a FATCA Business.Go to www.irs.gov/Forms to view,download,or print Form exemption code. W-7 and/or Form SS-4. Or,you can go to www.irs.gov/OrderForms to A—An organization exempt from tax under section 501(a)or any place an order and have Form W-7 and/or SS-4 mailed to you within 10 business days. individual retirement plan as defined in section 7701(a)(37) If you are asked to complete Form W-9 but do not have a TIN,apply B—The United States or any of its agencies or instrumentalities for a TIN and write"Applied For"in the space for the TIN,sign and date C—A state,the District of Columbia,a U.S.commonwealth or the form,and give it to the requester.For interest and dividend possession,or any of their political subdivisions or instrumentalities payments,and certain payments made with respect to readily tradable D—A corporation the stock of which is regularly traded on one or instruments,generally you will have 60 days to get a TIN and give it to more established securities markets,as described in Regulations the requester before you are subject to backup withholding on section 1.1472-1(c)(1)(i) payments.The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until E—A corporation that is a member of the same expanded affiliated you provide your TIN to the requester. group as a corporation described in Regulations section 1.1472-1(c)(1)(i) Note:Entering"Applied For"means that you have already applied for a F—A dealer in securities,commodities,or derivative financial TIN or that you intend to apply for one soon. instruments(including notional principal contracts,futures,forwards, and options)that is registered as such under the laws of the United Caution:A disregarded U.S.entity that has a foreign owner must use States or any state the appropriate Form W-8. G—A real estate investment trust Part II. Certification H—A regulated investment company as defined in section 851 or an To establish to the withholding agent that you are a U.S.person,or entity registered at all times during the tax year under the Investment resident alien,sign Form W-9.You may be requested to sign by the Company Act of 1940 withholding agent even if item 1,4,or 5 below indicates otherwise. I—A common trust fund as defined in section 584(a) For a joint account,only the person whose TIN is shown in Part I J—A bank as defined in section 581 should sign(when required).In the case of a disregarded entity,the K—A broker person identified on line 1 must sign.Exempt payees,see Exempt payee L—A trust exempt from tax under section 664 or described in section code,earlier. 4947(a)(1) Signature requirements.Complete the certification as indicated in items 1 through 5 below. Form W-9(Rev.10-2018) Page 5 1.Interest,dividend,and barter exchange accounts opened For this type of account: Give name and EIN of: before 1984 and broker accounts considered active during 1983. 14.Account with the Department of The public entity You must give your correct TIN,but you do not have to sign theAgriculture in the name of a public certification. entity(such as a state or local 2.Interest,dividend,broker,and barter exchange accounts government,school district,or opened after 1983 and broker accounts considered inactive during prison)that receives agricultural 1983.You must sign the certification or backup withholding will apply.If program payments you are subject to backup withholding and you are merely providing your correct TIN to the requester,you must cross out item 2 in the 15.Grantor trust filing under the Form The trust certification before signing the form. 1041 Fiing Method or the Optional 3.Real estate transactions.You must sign the certification.You may Form 1099 Filing Method 2(see cross out Item 2 of the certification. Regulations section 1,671-4(b)(2)(i)(B)) 4.Other payments.You must give your correct TIN,but you do not ' List first and circle the name of the person whose number you furnish. have to sign the certification unless you have been notified that you If only one person on a joint account has an SSN,that person's number have previously given an incorrect TIN."Other payments"include must be furnished. payments made in the course of the requester's trade or business for 2 Circle the minor's name and furnish the minor's SSN. rents,royalties,goods(other than bills for merchandise),medical and health care services(including payments to corporations),payments to 'You must show your individual name and you may also enter your a nonemployee for services,payments made in settlement of payment business or DBA name on the"Business name/disregarded entity" card and third party network transactions,payments to certain fishing name line.You may use either your SSN or EIN(if you have one),but the boat crew members and fishermen,and gross proceeds paid to IRS encourages you to use your SSN. attorneys(including payments to corporations), `List first and circle the name of the trust,estate,or pension trust.(Do 5.Mortgage interest paid by you,acquisition or abandonment of not furnish the TIN of the personal representative or trustee unless the secured property,cancellation of debt,qualified tuition program legal entity itself is not designated in the account title.)Also see Special payments(under section 529),ABLE accounts(under section 529A), rules for partnerships,earlier. IRA,Coverdell ESA,Archer MSA or HSA contributions or *Note:The grantor also must provide a Form W-9 to trustee of trust. distributions,and pension distributions.You must give your correct Note:If no name is circled when more than one name is listed,the TIN,but you do not have to sign the certification, number will be considered to be that of the first name listed. What Name and Number To Give the Requester Secure Your Tax Records From Identity Theft For this type of account Give name and SSN of: Identity theft occurs when someone uses your personal information 1.Individual The individual such as your name,SSN,or other identifying information,without your 2.Two or more Individuals(joint The actual owner of the account or,if permission,to commit fraud or other crimes.An identity thief may use account)other than an account combined funds,the first Individual on your SSN to get a job or may file a tax return using your SSN to receive maintained by an FFI the account' a refund. 3.Two or more U.S.persons Each holder of the account To reduce your risk: (pint account maintained by an FFI) •Protect your SSN, 4.Custodial account of a minor The minor' •Ensure your employer is protecting your SSN,and (Uniform Gift to Minors Act) •Be careful when choosing a tax preparer. 5.a.The usual revocable savings trust The grantor-trustee' If your tax records are affected by identity theft and you receive a (grantor is also trustee) notice from the IRS,respond right away to the name and phone number b.Socatlod trust account that is not The actual owner printed on the IRS notice or letter. a legal or valid trust under state law If your tax records are not currently affected by identity theft but you 8.Sole proprietorship or disregarded The owner' think you are at risk due to a lost or stolen purse or wallet,questionable entity owned by an individual credit card activity or credit report,contact the IRS Identity Theft Hotline 7.Grantor trust filing under Optional The grantor' at 1-800-908-4490 or submit Form 14039. Form 1099 Filing Method 1(see For more information,see Pub.5027,Identity Theft Information for Regulations section 1.671-4(b)2)(i) Taxpayers. (A)) Victims of identity theft who are experiencing economic harm or a For this type of account: Give name and EIN of: systemic problem,or are seeking help in resolving tax problems that 8.Disregarded entity not owned by an The owner have not been resolved through normal channels,may be eligible for Individual Taxpayer Advocate Service(TAS)assistance.You can reach TAS by 9.A valid trust,estate,or pension trust Legal entity" calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. 10.Corporation or LLC electing The corporation Protect yourself from suspicious emails or phishing schemes. corporate status on Form 8832 or Phishing is the creation and use of email and websites designed to Form 2553 mimic legitimate business emails and websites.The most common act 11.Association,club,religious, The organization is sending an email to a user falsely claiming to be an established charitable,educational,or other tax- legitimate enterprise in an attempt to scam the user into surrendering exempt organization private information that will be used for identity theft. 12.Partnership or multi-member LLC The partnership 13.A broker or registered nominee The broker or nominee Form W-9(Rev.10-2018) Page 6 The IRS does not initiate contacts with taxpayers via emails.Also,the Privacy Act Notice IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers,passwords,or similar secret access Section 6109 of the Internal Revenue Code requires you to provide your information for their credit card,bank,or other financial accounts. correct TIN to persons(including federal agencies)who are required to If you receive an unsolicited email claiming to be from the IRS, file information returns with the IRS to report interest,dividends,or certain other income paid to you;mortgage interest you paid;the forward this message to phishing@irs.gov.You may also report misuse acquisition or abandonment of secured property;the cancellation of of the IRS name,logo,or other IRS property to the Treasury Inspector debt;or contributions you made to an IRA,Archer MSA,or HSA.The General for Tax Administration(TIGTA)at 1-800-366-4484.You can person collecting this form uses the information on the form to file forward suspicious emails to the Federal Trade Commission at information returns with the IRS,reporting the above information. spam@uce.gov or report them at www.ftc.gov/complaint.You can Routine uses of this information include giving it to the Department of contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT(877-438-4338). Justice for civil and criminal litigation and to cities,states,the District of If you have been the victim of identity theft,see www.IdentityTheft.gov Columbia,and U.S.commonwealths and possessions for use in and Pub.5027. administering their laws.The information also may be disclosed to other Visit www.irs.gov/ldentityTheft to learn more about identity theft and countries under a treaty,to federal and state agencies to enforce civil how to reduce your risk. and criminal laws,or to federal law enforcement and intelligence agencies to combat terrorism.You must provide your TIN whether or not you are required to file a tax return.Under section 3406,payers must generally withhold a percentage of taxable interest,dividend,and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. 00. \ Z v fOr tr. ANTI-KICKBACK AFFIDAVIT TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA ) SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: NAME - SIGNATURE STATE OF Florida COUNTY OF Palm Beach The foregoing document was acknowledged before me, by rrns of kphysical presence or I7 online notarization, this /..14'1 day of U., , 20...(; by Rebecca Travis PE,ENV SP as Exectitive Vice President of Baxter&Woodman,Inc. who is persagy known to me,or who has produced as identification. Sworn and subscribed before me this fD -r*\ day of kcanc.1- 2O41 <, Printed Information: Rebecca Travis PE,ENV SP NAME Executive Vice President TITLE NOTA at Lard Notary Public State of Florida t Lisp Alonso ( Baxter&Woodman, Inc. „„,tn''' My Commission HH 451811 ► COMPANY Expires 1015/2027 "OFFIC A_ NOTARY SEAL" STAMP EXHIBIT C FEES RFQ NO.25-0180 CHAPEL HILL DRAINAGE IMPROVEMENT PROJECT A-22 Exhibit C Citi'of Boynton Beach-Chapel Hill Drainage Improvements Detailed Fee Breakdown 7/9/2025 Labor Classification and Hourly Rates Senior Website/ Principal Project Engineer/ Project Engineer I Eng Tech/ Modeling Clerical Sub- Engineer Manager Constr Mgr Engineer Asst Constr Inspector Eng II Admin. Total Consultant Task Task Description $275.00 $242.00 $205.00 $180.00 $160.00 $145.00 $100.00 $100.00 Labor Services 1 Project Coordination and Preliminary Design _ 1.1 Protect Management _ 20 105 80 _ 38 $51,110 1.2 Project Meetings(up to 5) 10 _15 20 _ 5 Ejj1t ..M- 1.3 Topographic Survey 20 12 10 40 -M 1.4 Geotechnical Investigation 78 5 Oi' 1.5 Utility Coordination,subsurface investigation and soft digs 30 8 8 1.6 Title Work 4 _24 . 1.7 Grant Application,Administration&Reporting Assistance 46 24 34 102 70 16 INUMII=EMIIMM - Subtotal 76 144 199 160 80 72 24 © Efr.:.t4� 2 Preliminary Design Revert -_- - 2.1 Existing H&H Modeling Review and Update _ 50 12 120 $25,840 MEN 2.2 Draft and Rnal Design Report,H8H Modeling,and Option _ s _.. 84 50 64_ 50 _$51,848 - MEM . .... 0 134 50 64 0 62 120 577 0 3 Final Design and Plan Development 31 Preliminary Design Drawings 24 122 75 263 132 389 128 $188,544 $2,000 9.1A Progress Plans __ 10 101 25 156 78 214 71 $110966 $1.100 _3.1B Permit Plans 2 42 20 94.4 47 159 51 $86,643 $8,000 3.1C Final Plans _ 1 20 5 40 20 40 20 $24,340 $3,400 3.1D Bid Drawings _ 8 90 5 60 40 4 $40,805 $5 000 32 Contract s OpkdontbaPbabcMas ___-- 4 20 20 _-_ 4 510440 3.3 Engineer's Opinion of Probable Cost _ 10 16 54,930 Subtotal 49 391 IM=M_a-_Q_©®®0 4 "emitting MEM MM.MM. 4.1 USACE Nationwide Permit 12 ©IIMEM EINEM IMMO 10 $18,744 - 4.2 'SFWMD Environmental Resource Permit 12 11.11.M31.11..11MMMINIEIN 10 $15,144 - 4.9 Lake Worth Drainage District Permit 16 0-0= 5 $10,572 - 4.4 City of Boynton Beach Tree Removal&Mitigation 0- . 8 $6,180 4.5 City of Boynton Beach Building Department-Preapptcation 4 _..Subtotal 0 44 O 0 -- 35 __ 562$25 IIII ti Binding Asabtartea _ --- _ 1.1111= 5.1 Bid Advertisement --0 _ $1 540 5.2 Pre-Bid Conference 5.3 Bid Clarilka6onAddsnda �_©o_ -$$2,674 �:24°92980 _ 5A Contract Awad Reoamwldae5n MINIM 5.5 Conformed Contract Doomed tEb1oWO 0 0 16 $13 � _. 5 limited Construction Services - 6.1 Pre-Construction Conference 4 6 2 6 $9,518 6.2 Shop Drawing 8 Submittal Review 75 30 150 $44,775 6.3 Progress Meetings 10 86 28 28 $29,570 $3,000 6.4 Construction Clarifications/Daily Communication 10 300 18 42 73,880 $9,000 6.5 Certification of Construction Completion 24 4 4 $6,280 $3,000 6.6 Substantial and Final Inspections 10 24 4 16 $1.620 6.7 Resident Project Representative 750 $108,760 Subtotal 0 34 515 86 246 750 $277.383 815,000 7 Public Outreach Coordination 7.1 Public Outreach Meeting Attendance(up to 3 mtgsl 4 33 33 16 $17,746 7.2 Resident Concem Log(Service Included) $0 7.3 Website Development&Maintenance 8 6 30 158 $30,726 Subtotal 4 41 0 39 30 174 546,{72 $0 Labor Subtotal Hours 133_ 799 1000 980.6 692.8 1991.25 $1,075,895 $317,886 Labor SubtoTotal al CoCosts $36.571 073,85 5193368 (205,000 5176.508 5710,8.48 5288731 �_ ____ Labor Total Code $1,073,895 Subconsullant Costs i Total 5317.665 --- - SubconsuRant Multiplier 1 1 Subeonsultant Total 1349,432 Permitting Allowance/Webshe Domain $7,500 Owner's Control Allowance 550,000 Reimbursable Expenses $10000 Project Total $1,490,827 Design Total Sr.145.934 Permitting Allowance/Website Domain $7500 Ow0e/5 Control Allowance Max Reimbursable Expenses sno.000 Limited Construction Services $277 393 81,419.111 Baxter Woodman.Inc. ATTACHMENT "A" City of Boynton Beach Risk Management INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as"Certificate Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of Consultant) Thefollowing is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits, based upon identified risk.) TYPE(Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners&Contractor's Protective(OCP) Personal&Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage(any one fire) $ 50,000.00 Broad Form CONSULTANTs Med. Expense(any one person) $ 5,000.00 Premises Operations Underground Explosion & Collapse Products-Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability Aggregate-$1,000,000.00 Automobile Liability Combined Single Limit $ 1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employee $ 1,000,000.00 Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined Revised 04/2021 RFQ No. 25-018Q Chapel Hill Drainage Improvement Project Insurance Advisory—Attachment A IA- 1