HomeMy WebLinkAboutRFQu 2021 A14 Peters Creek WWTF Expansion Contract Fully Executed
Page 1 of 1
Clay County Utility Authority
3176 Old Jennings Road
Middleburg, Florida 32068-3907
Telephone (904) 213-2471 Facsimile (904) 213-2495
Provide long term sustainable
value to our current and future
customers by conserving and protecting natural resources while
providing clean, safe, and
economical water, wastewater, and reclaimed water.
This “Agreement” (herein so called) entered on this day of
, by and between the Clay County Utility Authority, an independent special district and
political subdivision of the State of Florida, existing and created under Chapter 94-491, Laws of Florida, Special Acts of 1994 (hereinafter
referred to as “Authority”) and, Ardurra Group, Inc.
(hereinafter referred to as “Consultant”) authorized to do business in the
State of Florida; whose address is 4921 Memorial Highway, Suite 300, Tampa, Florida 33634-7520
for
(hereinafter referred to as the “Project”). This Agreement shall remain in effect until June 30, 2024
unless terminated as provided herein, or extended by mutual agreement
in writing (herein referred to as Duration).
RECITALS:
WHEREAS, in response to a publicly advertised Request for Qualifications, the Consultant submitted qualifications to the
Authority and was selected by the Authority as a qualified applicant in the best interest of the Authority; and
WHEREAS, the Authority and the Consultant have negotiated mutually satisfactory terms for the execution of the Agreement
and is incorporated by reference and made part hereof; and
WHEREAS, the Consultant hereby certifies it has been granted and possesses valid, current licenses to do business in the
State of Florida, issued by the respective State Board(s) responsible for regulating and licensing the professional services to be
provided and performed by the Consultant pursuant to this Agreement; and
WHEREAS, the selection and engagement of the Consultant has been made by the Authority in accordance with the provisions
of the Consultants’ Competitive Negotiation Act (“CCNA”), Section 287.055, Florida Statutes, and
NOW, THEREFORE, in consideration of the mutual covenants, terms and provisions contained herein, and for other good and
valuable consideration, the receipt and legal sufficiency of which is hereby expressly acknowledged, the parties hereto agree
that, with the mutual acceptance of this Agreement as indicated hereinafter by the execution of this Agreement by both parties,
a legally enforceable contract shall exist between both parties consisting of:
1. SERVICES BY THE CONSULTANT:
A. ASSIGNMENT OF WORK: Work to be performed by the Consultant shall be determined by the Authority. The Consultant
and the Authority shall mutually negotiate all work. The Consultant shall prepare a detailed scope of services (hereinafter
referred to as “Scope”), list of deliverables, schedule, work hour budget and a not to exceed fee budget for the associated
work needed to complete the Project for the Authority’s review and approval prior to the Consultant beginning any work.
Fees shall be based on the established contract hourly rates, fees and charges (hereinafter referred to as “Rate Schedule”).
The mutually agreed to Scope, schedule, fee and Rate Schedule shall be included as attachments to this Agreement.
Peters Creek Wastewater Treatment Facility (WWTF) Expansion (2020/2021 RFQ No. 14)
August 3, 2021
Page 2 of 10
B. COMMENCMENT OF WORK: The Consultant shall not commence work on the Project or Supplemental Agreement(s)
without prior written Notice to Proceed (hereinafter referred to as “NTP”) by the Authority. Following the issuance of such
NTP the Consultant shall be authorized to commence work promptly and shall carry on all such services and work as may
be required in a timely and diligent manner to completion. The Consultant hereby releases the Authority from any claim for
damages or compensation, whether in contract, tort or otherwise, in the event that no NTP is issued pursuant to this
Agreement.
C. SCHEDULE OF WORK: All services and duties shall be conducted and performed by the Consultant diligently, completely
and in accordance with professional standards of conduct and performance. The Consultant acknowledges the importance
of the Authority’s schedules and agrees to put forth its reasonable professional efforts in performing the services under this
Agreement with due diligence to achieve the mutually agreed upon schedules. The Consultant agrees to employ, engage,
retain and/or assign an adequate number of personnel throughout the period of this Agreement so that all Supplemental
Agreement(s) and Scope(s) will be provided, performed and completed in a timely and diligent manner throughout. Should
the Consultant be obstructed or delayed in the prosecution or completion of its obligations under this Agreement and its
Supplemental Agreement(s) as a result of causes beyond the control of the Consultant, or its subconsultant(s) and/or
subcontractor(s), and not due to its fault or neglect, the Consultant shall notify the Authority in writing, within five (5) calendar
days after the commencement of such delay, stating the cause(s) thereof and requesting an extension of the Consultant’s
time performance. Upon receipt of the Consultant’s request for an extension of time, the Authority will begin determination
with the Consultant of the length of extension and legitimacy of cause.
D. ADDITIONAL SERVICES: “Additional Services” (herein so called) beyond the work identified in the Agreement Scope shall
only be authorized to be performed or provided by the Consultant when agreed to in writing in advance by both parties in
the form of a Supplemental Agreement. In any case in which the Consultant deems that additional compensation is due
for its services or materials which is not expressly covered in the Scope, or not specifically authorized in writing by the
Authority, the Consultant shall notify the Authority in writing and must receive prior written approval therefrom the
Authority. If the Consultant does not provide its written notice or does not receive the Authority’s written approval prior to
performing or providing any Additional Services, the Consultant shall not receive any additional compensation for the
same. When requested, by the Authority, the Consultant shall prepare a detailed Scope, list of deliverables, schedule,
work hour budget and a not to exceed fee budget for the associated work needed to complete the Supplemental
Agreement for the Authority’s review and approval prior to beginning any work. Fees shall be based on the established
contract Rate Schedule.
E. QUALITY CONTROL: The Consultant shall perform Quality Control (hereinafter referred to as “QC”) review for all
deliverables and supporting work prepared by the Consultant upon which those documents are based. The Consultant shall
provide the Authority with a summary of each QC reviewed document which identifies the document reviewed and the QC
review steps that were performed. The Consultant shall keep the original or copy of each QC reviewed document bearing
distinguishable markings that identify the QC review steps that were performed by whom and when for the Duration of this
Agreement and in accordance with the Retention of Documents section of this Agreement. The Consultant shall provide
copies of the QC documents to the Authority upon request.
F. STANDARD OF CARE: The Consultant shall put forth its reasonable professional efforts to comply with applicable laws,
codes, rules and regulations in effect as of the date of the execution of this Agreement and the date of deliverables or
submissions. In providing services the Consultant shall perform in a manner which, at a minimum, is consistent with that
degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar
circumstances at the same time and in the same or similar locality. The Consultant is responsible for the quality, accuracy,
completeness, and coordination of all deliverables and other services the Consultant or its subconsultants, subcontractors,
or vendors provide.
G. ESTIMATES OF PROBABLE CONSTRUCTION COST: In providing estimates of probable construction cost, the Authority
understands that the Consultant has no control over the cost or availability of labor, equipment or materials, or over market
conditions or a contractor's pricing, and that the Consultant's estimates of probable construction costs are made on the basis
of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the
bids or the negotiated cost of the work will not vary from the Consultant's estimate of probable construction cost.
H. CERTIFY, CERTIFICATION: A statement of the Consultant's opinion, based on its own observation of conditions, to the
best of the Consultant's professional knowledge, information and belief. Such statement of opinion does not constitute a
warranty or guarantee, either express or implied.
Page 3 of 10
I. PERMITS AND APPROVALS: The Consultant shall assist the Authority in preparing, coordinating, applying and submitting
for those permits, approvals and extensions required by law and rule for projects similar to the one for which the Consultant's
services are being engaged. This assistance shall consist of completing and submitting forms and other supportive
information necessary to the appropriate regulatory agencies having jurisdiction over the Consultant’s documents and other
services normally provided by the Consultant and shall be included in the Scope and Supplemental Agreement(s).
J. LICENSES: The Consultant agrees to obtain and maintain throughout the period this Agreement is in effect, all such licenses
as are required to do business in the State of Florida, including but not limited to licenses required by the respective State
Board(s) and other governmental agencies responsible for regulating and licensing the professional services provided and
performed by the Consultant pursuant to this Agreement and the Scope and services provided therein.
K. RESPONSIBILITY TO CORRECT: In accordance with the generally accepted standards of the Consultant’s profession, the
Consultant agrees to be responsible for the professional quality, technical adequacy and accuracy, timely completion, and
the coordination of all data, studies, surveys, designs, specifications, calculations, estimates, plans, drawings, construction
documents, photographs, reports, memoranda, other documents and instruments, and other services, work and materials
performed, provided and/or furnished by Consultant or by any subconsultant(s) and/or subcontractor(s) retained or engaged
by the Consultant pursuant to this Agreement (hereinafter referred to as “Work Products”). The Consultant shall, without
additional compensation, correct, revise, or have corrected or revised any errors, omissions and other deficiencies in such
Work Products resulting from Consultant or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant.
2. COMPENSATION:
A. OVERHEAD AND PROFIT RATES: Proposed overhead rates shall conform to Federal Acquisition Regulations as
established by a governmental audit or certified to by a Certified Public Accountant. Fees to the Consultant shall be
established based on raw hourly salary rates plus a not to exceed overhead and profit rate factor of 2.15 for a combined
hourly multiplier of 3.15 for services. Profit rates shall only be applied to direct labor plus overhead. No markup or profit shall
be paid on non-labor related job costs, reimbursables, or on services provided by subconsultants, vendors or others. Any
work or professional services subcontracted for by the Consultant for which the Authority has agreed to reimburse the
Consultant shall not be marked-up but shall be payable by the Authority only in the exact amount reasonably incurred by the
Consultant. No other such subcontracted services shall be reimbursed.
B. COMPLETION: Payment of the entire fee or lump sum amount is contingent upon Consultant’s final completion of the entire
Scope as specified in this Agreement. Such final completion of the Scope must be acceptable to and accepted by the
Authority. Such acceptance by the Authority may not be unreasonably denied. In the event the Consultant does not complete
the entire Scope, then the lump sum amount will be pro-rated using the ratio that the amount actually completed and which
is acceptable to and accepted by the Authority bears to the entire Scope. Unless otherwise set forth in this Agreement the
Consultant shall be responsible for providing and performing whatever services, work, equipment, material, personnel,
supplies, facilities, transportation and administrative support that are necessary and required to complete all of the Scope
and conformance with the provisions of this Agreement.
C. INVOICE PROCEDURE: Invoices shall be submitted by the Consultant monthly on an “as incurred” basis, and shall be made
by the Authority in accordance with the Local Government Prompt Payment Act (the “Act”). Upon receipt of a proper
statement, invoice or draw request the Authority shall have the number of days provided in the Act in which to make payment.
Invoices shall be in a form and containing such documentation as reasonably required by the Authority. Each such invoice
shall include project name, project number, breakdown of charges, description of service(s), work provided and/or performed,
supportive documentation, the amount of payment requested, the amount previously paid, the total contract value, the
percent completed since the last invoice, the total percent completed to date, and any other such information as may be
reasonable and necessary to secure the written approval of the invoice by the Authority. Each invoice shall contain a
statement that it is made subject to the provisions and penalty of Section 837.06, Florida Statutes. If the Authority objects to
any portion of an invoice, the Authority shall so notify the Consultant. The Authority shall identify specific cause of the
disagreement and the amount in dispute and request revision. Any dispute over invoiced amounts due which cannot be
resolved within thirty (30) calendar days after presentation of invoice by direct negotiation between the parties shall be
resolved in accordance with the Dispute Resolution provision of this Agreement.
D. PROMPT PAYMENT TO SUBCONSULTANTS AND VENDORS: The Consultant as a condition precedent to progress and
final payments to the Consultant, the Consultant shall provide to the Authority, with its requisition for payment, documentation
that sufficiently demonstrates that the Consultant has made proper payments to its subconsultants and vendors from all prior
payments that Consultant has received from the Authority. The Consultant shall not unreasonably withhold payments to
subconsultants and vendors if such payments have been made to the Consultant. If the Consultant withholds payment to its
Page 4 of 10
subconsultants and vendors, which payment has been made by the Authority to the Consultant, the Consultant shall return
said payment to the Authority. The Consultant’s failure to pay undisputed amounts to the subconsultants and vendors within
thirty (30) business days, after the Consultant receives payment from the Authority, shall be a breach of this Agreement and
may result in termination of this Agreement in the discretion of the Authority.
E. PAYMENT WHEN SERVICES ARE TERMINATED AT THE CONVENIENCE OF AUTHORITY: In the event of termination
of this Agreement at the convenience of the Authority, and not due to the fault of the Consultant, the Authority shall
compensate the Consultant only for: (1) all services performed prior to the effective date of termination, including the
overhead and profit allocable to the services performed; (2) reimbursable expenses then due; and (3) reasonable expenses
incurred by the Consultant in affecting the termination of services and work, and incurred by the Consultant’s submittal to
the Authority of drawings, plans, data, and other documents therefor.
F. PAYMENT WHEN SERVICES ARE SUSPENDED: In the event the Authority suspends the Consultant’s services of work
on all or part of the services required to be provided and performed by the Consultant pursuant to this Agreement, the
Authority shall compensate the Consultant only for services performed prior to the effective date of suspension, including
the overhead and profit allocable to the services performed, and reimbursable expenses then due and any reasonable
expenses incurred or associated with, or as a result of such suspension.
G. NON-ENTITLEMENT TO ANTICIPATED FEES: In the event the services required pursuant to this Agreement are
terminated, eliminated, cancelled, or decreased due to: termination; suspension in whole or in part; and and/or are modified
by the subsequent issuance of Supplemental Agreement(s) other than receiving the compensation set forth in Sections 2.E
and 2.F above, the Consultant shall not be entitled to receive compensation for anticipated professional fees, profit, general
and administrative overhead expenses or for any other anticipated income or expense which may be associated with the
services which are terminated, suspended, eliminated, cancelled or decreased.
H. TRAVEL: The Authority shall not be billed or invoiced for time spent traveling to and from the Consultant's offices or other
points of dispatch of its subcontractors, employees, officers or agents in connection with the services being rendered, other
than as provided for in this Agreement. If and only if travel and per diem expenses are addressed in the contract or
agreement in a manner which expressly provides for the Authority to reimburse the Consultant for the same, then the
Authority shall reimburse the Consultant only for those travel and per diem expenses reasonably incurred and only in
accordance with the provisions of Section 112.061, Florida Statutes. In the event the Consultant has need to utilize hotel
accommodations or common carrier services, the Authority shall reimburse the Consultant for its reasonable expense
incurred thereby provided prior approval of the Executive Director of the Authority, or its designee, is obtained.
I. REIMBURSIBLE: The Authority shall not be liable to reimburse the Consultant for any courier service, telephone, facsimile,
copying expenses or postage charges incurred by the Consultant.
3. PERSONNEL:
A. QUALIFIED PERSONNEL: The Consultant agrees when the services to be provided and performed relate to a professional
service(s) which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to
practice such services, to employ and/or retain only qualified personnel to be in responsible charge of all Scope to be
provided pursuant to this Agreement.
B. CONSULTANT’S PROJECT MANAGER: The Consultant agrees to employ and designate, in writing, a qualified and, if
required by law, a licensed professional to serve as the “Consultant’s Project Manager” (herein so called). The Consultant’s
Project Manager shall be authorized and responsible to act on behalf of the Consultant with respect to directing, coordinating
and administering all aspects of the Scope to be provided and performed under this Agreement, Scope, and Supplemental
Agreement(s) thereto. The Consultant’s Project Manager shall have full authority to bind and obligate the Consultant on any
matter arising under this Agreement, Scope, and Supplemental Agreement(s) unless substitute arrangements have been
furnished in advance to the Authority by the Consultant in writing. The Consultant agrees that the Consultant’s Project
Manager shall devote whatever time is required to satisfactorily direct, supervise and manage the Scope and services
provided and performed by the Consultant throughout the entire period this Agreement is in effect.
4. RETENTION OF DOCUMENTS: The Consultant agrees to maintain all documents, including electronic documents, related to
the Project for a period of not less than five (5) years, in a reasonably accessible manner consistent with the Consultant's internal
document retention policy.
A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or
totally destroyed such that they cannot be reproduced or only be restored at a significant cost.
Page 5 of 10
B. DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, and subconsultant and its
subcontractors or subconsultants of any tier, follows the same protocol to retain all required documents related to a project
in a consistent, organized manner sufficient to allow efficient retrieval of same.
5. PUBLIC FUNDS: The Authority’s performance of this Agreement shall be contingent upon and subject to the existence of
lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the next following September 30) of
the Authority.
6. EXTENT OF AGREEMENT: This Agreement, together with the Request for Qualifications (“RFQ”), Addendums, Consultant’s
response submittal to the RFQ, all attachments and forms, represents the final and completely integrated Agreement between
the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or
oral. Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary
notwithstanding, no transportation surcharges shall apply, and no policies of the Consultant available on the Consultant’s
website or retained in the Consultant’s office are incorporated by reference nor shall be deemed to be part of this Agreement,
unless the same is attached this Agreement, and separately signed by the duly authorized signor for the Authority.
7. INSURANCE: The Consultant will be expected to obtain and maintain the following insurance coverage during the term of this
Agreement and present a certificate verifying the same:
Insurance:
General Liability
Each Occurrence
Damage to rented premises
Medical Expense (Any one person)
Personal and Advertising Injury
General Aggregate
Products and Completed Operations Aggregate
Automobile (hired, non-owned, and owned
vehicles)
Combined single limit
Workers Compensation
Each Accident
Disease – Each Employee
Disease – Policy Limit
Professional Liability (Error and Omissions)
Per claim
Annual Aggregate
Minimum Limits:
$1,000,000.00
$1,000,000.00
$1,000,000.00
$10,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
Per Statutory limits in compliance with State and Federal Laws
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
The Consultant shall procure and maintain insurance against claims for injuries to persons or damage to property which may
arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or
employees. The above insurance shall be written by an insurer holding a current certificate of authority pursuant to Chapter 624,
Florida Statutes. Such insurance shall be endorsed to provide for a waiver of underwriter’s rights of subrogation in favor of the
Authority. Note: The Authority shall be designated as an Additional Insured on the General Liability policy. The Authority
shall also be listed as a named insurance certificate holder by the successful Consultant prior to beginning work. (This
requirement is excepted for Worker’s Compensation Insurance). Such insurance shall be written by an insurer with an A.M. Best
Rating of A- or better. The Consultant shall procure and maintain, at its sole expense for the period of design and construction
of any project improvements contemplated by the Scope and for a period of no less than three (3) years following substantial
completion, insurance of the types and in the minimum amounts stated above. A failure to obtain and maintain such insurance
or to file required certificates and endorsements shall be a material breach of this Agreement. Consultant’s maintenance of
insurance as required by the Agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the Authority’s recourse to any remedy available at law or in equity.
8. OWNERSHIP OF INSTRUMENTS OF SERVICE: The Authority shall retain ownership of all Work Products including electronic
files, field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service. The
Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the
Consultant's written verification or adaptation thereof.
Page 6 of 10
9. NON-RENEW: Any pre-printed provisions of the Consultant’s written materials, contract forms or documents to the contrary
notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the
parties.
10. STATUS: Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary
notwithstanding, the Authority’s entry into the contract or agreement with Consultant does not give Consultant any preferential
status, “most favored nations” status, nor right of first refusal to any renewal or for any other contract or agreement to provide
other goods and/or services to the Authority.
11. TERMINATION AND SUSPENSION: The Authority or the Consultant may terminate this Agreement at any time, with or without
cause, by giving ten (10) days’ notice to the other in writing. In the event of termination, all finished or unfinished Work Products
prepared by the Consultant pursuant to this Agreement, shall be provided to the Authority. In the event the Authority terminates
this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary
to place its files in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant in the event
that funds become unavailable to the Authority for any reason whatsoever. This Agreement, or any portion hereof, may be
suspended from time to time for various periods of time or during any of the Consultant’s performance of the Scope or
Supplemental Agreement(s) proposed hereunder, permanently or temporarily, by action of the Authority.
12. INDEPENDENT CONTRACTOR: Consultant is and shall be at all times during the term of this Agreement an independent
contractor and not an employee of the Authority. Consultant agrees that it is solely responsible for the payment of taxes
applicable to the services performed under this Agreement and agrees to comply with all local, state, and federal laws regarding
the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the
Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and
administrative support necessary for the performance of services under this Agreement. The Authority shall not be responsible
for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of
unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any
employee of Consultant.
13. CONFLICT OF INTEREST: The Consultant represents that to the best of its knowledge and belief it presently has no interest
and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services
required hereunder. The Consultant further agrees that no person having any such interest shall be employed or engaged by
the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in
representing another client, which it in good faith believes could result in a conflict of interest with the work being performed by
the Consultant or such subconsultant under this Agreement, then it will promptly bring such conflict of interest to the Authority’s
attention, in writing. The Authority will advise the Consultant, in writing, within ten (10) business days if such a conflict of interest
exists. If the Authority determines that there is a conflict of interest, Consultant or such subconsultant shall decline the
representation upon written notice by the Authority. If the Authority determines that there is no such conflict of interest, then the
Authority shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation,
without obtaining the Authority’s prior written consent, and if the Authority subsequently determines that there is a conflict of
interest between such representation and the work being performed by Consultant or such subconsultant under this Agreement,
then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of
such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify the Authority as
provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to
discontinue such representation, the Authority may consider such failure as justifiable cause to terminate this Agreement.
14. AUTHORITY’S APPROVAL: Neither review, approval, or acceptance by the Authority of services or Work Products furnished
by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way
relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and
all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in
connection with this Agreement. Neither the Authority’s review, approval or acceptance of, nor payment for, any of the
Consultant’s services or Work Products shall be construed to operate as a waiver of any of the Authority’s rights under this
Agreement, or any cause of action it may have arising out of the performance of this Agreement.
15. CONFIDENTIALITY AND PUBLIC RECORDS COMPLAINCE: The Consultant agrees, during the term of this Agreement, to
comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or
organization, without the Authority’s prior written consent, or unless incident to the proper performance of the Consultant’s
obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly
subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or
subcontractor(s), pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information,
Page 7 of 10
the Consultant will keep and maintain public records required by the Authority, which is a public agency, in order for the
Consultant to perform the services and the work required by the Scope, and upon request from the Authority’s custodian of
public records, Contractor shall provide the Authority 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 119.07, Florida Statutes, or as
otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s) to comply
with provisions of this paragraph. 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
AGREEMENT, CONTACT THE AUTHORITY’S RECORDS MANAGEMENT ADMINISTRATOR, LYNN VALENTIN, AT (904)
213-2471, RECORDSREQUEST@CLAYUTILITY.ORG, 3176 OLD JENNINGS ROAD, MIDDLEBURG, FL 32068-3907.
16. PROPERTY DAMAGE: The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced, at
its sole cost and expense and in a manner acceptable to and approved by the Authority, any property damage arising out of, or
caused by, the willful or intentional misconduct or negligent acts of the Consultant, or its subconsultants and/or subcontractors.
The Consultant’s obligation under this subsection does not apply to property damage caused in whole or in part by any other
consultant or contractor engaged directly by the Authority. The Authority reserves the right, should the Consultant fail to make
such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by
others and for all costs and expenses associated with having such repairs and/or replacement done to be paid for by the
Consultant’s compensation fund or by the Consultant reimbursing the Authority directly for all such costs and expenses.
17. NONDISCRIMINATION AND EQUAL OPORTUNITY: The Consultant shall comply with all state and federal laws, as currently
written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational
qualification as provided in or as otherwise permitted by other applicable laws. Consultant’s or its subconsultants, subcontractors
and/or vendors shall be certified as minority business enterprise as defined in Section 288.703, Florida Statutes, to count
towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject
the Consultant to any sanctions which may be imposed upon the Authority.
18. PROHIBITION AGAINST CONTINGENT FEES: The Consultant shall not have employed or retained any company or person,
other than an employee working solely for the 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 an employee working for the Consultant, any fee,
commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this
agreement. For the breach or violation of these provisions, the Authority shall have the right to terminate this Agreement without
liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such a fee, commission,
percentage, gift or consideration.
19. INDEMNIFICATION: The Consultant shall indemnify and hold harmless the Authority, and the Authority's 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 and other persons employed or
utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are
separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise. All
indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any
holdover and/or Agreement extensions thereto, whether such term expires naturally by the passage of time or is earlier
terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by the Authority provided
under the contract or agreement, any such indemnification shall be subject to and within the limitations set forth in Section
768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not
be deemed to operate as a waiver of the Authority’s sovereign immunity.
20. GOVERNING LAW: The Authority and the Consultant agree that this Agreement and any legal actions concerning its validity,
interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of laws
provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between the Authority and
the Consultant arising out of this Agreement or the performance of the services shall be brought in a court of competent
jurisdiction in Clay County, Florida.
21. DISPUTE RESOLUTION: In an effort to resolve any conflicts that arise during or relate to the Consultant’s performance of the
Agreement, the Authority and the Consultant agree that all disputes between them arising out of or relating to this Agreement
shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all
agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement, Scope, or any
Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar
mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby
providing for mediation as the primary method for dispute resolution among the parties to all those agreements. The Authority
Page 8 of 10
shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party
shall follow the following provisions: provide written explanation of the dispute a minimum 30 days’ notice to the other party prior
to mediation, the mediator shall be a member of the National Academy of Distinguished Neutrals (“NADN”), if an impasse is
reached there shall be a sixty (60) day cooling off period required, a minimum 30 days written notice shall be provided to the
other party prior to filing suit in any court after the cooling off period.
22. THIRD-PARTY BENEFICIARIES: Nothing contained in this Agreement shall create a contractual relationship with or a cause
of action in favor of a third party against either the Authority or the Consultant. The Consultant's services under this Agreement
are being performed solely for the Authority's benefit, and no other party or entity shall have any claim against the Consultant
because of this Agreement or the performance or nonperformance of services hereunder. The Authority and Consultant agree
to require a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved
in this Agreement, Scope, or Supplemental Agreement(s) to carry out the intent of this provision.
23. TRUTH IN NEGOTIATION CERTIFICATE: The Consultant understands and agrees that execution of this Agreement by the
Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same
extent as if such certificate had been executed apart from this Agreement, such certificate being required by Section 287.055,
Florida Statutes. Pursuant to such certificate, the Consultant hereby states that the wage rates and other factual unit costs
supporting the compensation hereunder are accurate, complete and current at the time of contracting. Further the Consultant
agrees that the compensation hereunder shall be adjusted to exclude any significant sums where the Authority determines the
Compensation was increased due to inaccurate, incomplete or noncurrent wage rates and other factual unit costs, provided that
any and all such adjustments shall be made within one (1) year following the completion date of this Agreement, Scope, or
Supplemental Agreement(s).
24. AMENDMENTS: This Agreement may be amended only by written instrument specifically referring to this Agreement and
executed with the same formalities as this Agreement.
25. ASSIGNMENT: Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this
Agreement, including but not limited to monies that are due or monies that may be due, without the prior written consent of the
other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business
practice, shall not be considered an assignment for purposes of this Agreement.
26. ATTORNEY’S FEES: In any action involving the enforcement or interpretation of this Agreement, each party, whether the
Authority or the Consultant, shall be responsible for its own respective attorneys' fees and costs.
27. WAIVER: The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights
specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee
or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of
any rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies under this Agreement or
by law, and shall not operate as a waiver of any of the provisions hereof.
28. SURVIVAL OF REMEDIES: The parties’ remedies shall survive the termination of this Agreement.
29. PROVISIONS SEVERABLE: In the event any of the provisions of this agreement should be found to be unenforceable, it shall
be stricken and the remaining provisions shall be enforceable.
30. FINANCIAL CONSEQUENCES: Should the Consultant fail to comply with any term of this Agreement, the Authority shall take
one or more of the following actions, as appropriate in the circumstances:
• Temporarily withhold payments pending correction of the deficiency,
• Disallow all or part of the cost of the activity or action not in compliance,
• Wholly or partially suspend or terminate this Agreement,
• Withhold further awards to the Consultant, and/or
• Take further remedies that may be legally or equitably available.
Statement of Qualifications
for Peters Creek Wastewater
Treatment Facility
RFQu# 2020/2021-A14
June 9, 2021
Ardurra Group, Inc.
Kart Vaith, PE, BCEE
904-562-2185
kvaith@ardurra.com
100 Center Creek Road, Suite 108 St. Augustine, FL 32084
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility i
Table of Contents
A. Executive Summary ......................................................................................................1Organizational Chart ......................................................................................................................2
B. Key Personnel ................................................................................................................2Team Experience Working Together ..............................................................................................8
C. Project Experience ........................................................................................................9
D. Project Approach.........................................................................................................12Project Understanding ....................................................................................................................12Management Approach ...............................................................................................................12Technical Approach .......................................................................................................................13
E. Other ............................................................................................................................19Ardurra Group Information ...........................................................................................................19Subconsultants ................................................................................................................................19Key Personnel Licenses ..................................................................................................................20Required Forms ...............................................................................................................................21
Section A.
Executive Summary
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 1
The Ardurra Group, Inc. is pleased to submit our qualifications, experience, and project approach in response to CCUA’s RFQu 2020/2021-A14 to provide engineering services for the Peters Creek WWTF (PC WWTF). If selected, Ardurra has the resources and a complete understanding of the required services that are to be provided to CCUA for this project. This proposal outlines the following compelling reasons to select our team:
Seasoned, local staff with complete understanding of the Peters Creek WWTF Expansion: Principal-in-Charge Kart Vaith, PE, BCEE; Project/Design Manager Dave Rasmussen, PE, BCEE, QEP; Process Engineer/Technical Lead Jim Kizer, PE; and I&C/Electrical Lead David Lassetter, PE, provide more than 100 years of combined wastewater project experience. The proposed team has worked together to deliver over 30 wastewater projects to Northeast Florida clients. In fact, this same team worked together to deliver both the Northwest Regional WWTF Expansion and Anastasia Island WWTF Improvements projects featured in our example projects. These projects were fast tracked that required highly technical master planning and elaborate construction sequencing design. This experience will directly benefit CCUA. We have assembled a team with whom you are familiar, that knows your standards, and that will provide CCUA with creative solutions to meet the projects technical, operational, and financial objectives.
Florida-based wastewater experience with proven track record: The project examples provided in this RFQ demonstrate our capabilities to develop accurate facility master plans as well as to design new facilities very similar to the Peters Creek WWTF expansion desired by CCUA with the expectation of future expansion. We fully understand the design and operation of BNR oxidation ditches including pre-stressed concrete construction and other associated equipment and unit processes specifically identified the proposal.
In addition to the numerous similar wastewater treatment facilities projects we have completed, Ardurra was the Program Manager and conceptual design engineer for the Arbennie Pritchett Water Reclamation Facility in Okaloosa County, FL. This green-field project included the construction of two 5-mgd, 4-stage BNR oxidation ditches, other associated equipment and unit processes and discharges treated effluent to 200 acres of RIBs. Ardurra, working with Okaloosa County, foresaw the need to increase the plant’s capacity to 15.0 mgd in the future. In anticipation of this future expansion, our engineers incorporated many design features into our Phase I design that facilitated the upgrade from 10.0 mgd to 15.0 mgd without impacting the existing operations and performance of the facility. The original plant was placed into service in 2009 and the expansion was completed in 2019, at a total cost of less than $4 per gallon of treatment. We also designed and managed the construction of processes to treat the effluent to meet the state’s stringent PAR limits with a total capacity of 6 mgd. While this facility is significantly larger than the proposed PC WWTF, we feel it precisely demonstrates our capabilities to develop and conceive accurate facility master plans as well as to design new facilities very similar to the design desired by CCUA with the expectation of future expansion.
Comprehensive technical approach geared toward cost savings opportunities and operational simplicity: We do not intend to “reinvent the wheel” on processes or equipment that CCUA prefers but will focus on design considerations related to cost savings and innovation. A few, illustrative examples are as follows:
Common wall construction for process tankage providing site space and cost savings
Eliminate 6 acres of RIB land use for a cost savings of up to $600,000
Installation of the PAR transmission main and discharging reuse water to land owned by the Reinhold Corporation making the transition to PAR in the future seamless
Ability to expedite schedule to meet your deadline: We understand that time is of the essence and the expectation is the new facility will be in operation within 30 months from issuance of notice to proceed. We have spent a significant amount of time already researching the facility, performing customized process modeling, and obtaining proposals from equipment vendors and pre-stressed concrete tank manufacturers. Our team is prepared to deliver upon receiving notice to proceed with no learning curve!
At the end of this project, CCUA needs a facility that is reliable and expandable to meet the growing demand in the service area. Having worked closely with CCUA over the years we are confident that we are the team to exceed CCUA’s objectives of quality, costs, schedule, and risk. If you have any further questions or require additional information, please contact me. As the best team to make your project a success, we stand ready to serve you.
A. Executive Summary
The Ardurra Group, Inc. is uniquely qualified to perform the services requested for the Peters Creek
WWTF on an accelerated timeline. We have a proven project delivery approach that ensures our
projects are completed on time, within budget, and to high quality standards.
Section A
Section B.
Key Personnel
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 2
Organizational Chart
We have brought together the following team to provide engineering design and associated services to ensure the successful delivery of the Peters Creek WWTF Expansion. Our team is familiar with many of the complexities that this type of project will face and have the experience needed to meet these challenges head on. Our team has the capability and experience to deliver a quality project, minimize disruption to the environment, and ensure all work is completed within budget and on schedule. Ardurra commits to maintaining continuity of the key personnel presented below for the duration of the project. Florida licenses for our key personnel are included in Section E: Other.
B. Key Personnel
The Ardurra team has extensive experience in wastewater treatment facility design and construction
phase services. Ardurra’s project team has the available capacity to complete individual tasks for
the Peters Creek WWTF Expansion project on an accelerated schedule.
Kart Vaith, PE, BCEE
PRINCIPAL IN CHARGE
ST. AUGUSTINE, FL
Dave Rasmussen,
PE, BCEE, QEP
PROJECT / DESIGN MANAGER
ST. AUGUSTINE, FL
Jim Kizer, PE
PROCESS / TECHNICAL LEAD
FORT WALTON BEACH, FL
David Lassetter, PE2
I&C / ELECTRICAL LEAD
JACKSONVILLE, FL
Gary Faircloth1
LEAD INSPECTOR
JACKSONVILLE, FL
Minority/Disadvantaged/Woman Owned Business Enterprise
Section B
QA/QC Team
Dan Huggins, PEPROCESS QA/QCCHARLESTON, SC
Michael Cahill, PE, LEED APELECTRICAL / I&C QA/QCLAKE MARY, FL
Linda Pigeon, PESTORMWATER / DRAINAGE QA/QCOCALA, FL
Supporting Staff
Ted Hortenstine, PEPROCESS ENGINEERST. AUGUSTINE, FL
Mitchell Chauncey, PECIVIL / SITE ENGINEEROCALA, FL
Manasi Parekh, PEPROJECT ENGINEERST. AUGUSTINE, FL
John Sobczak, PESTRUCTURAL ENGINEERLAKE MARY, FL
Joshua Meinig, PEMECHANICAL / HVAC / PLUMBING ENGINEERALTAMONTE SPRINGS, FL
Tim Madhanagopal, PEPERMITTINGST. AUGUSTINE, FL
Rodney Mank, PE5
GEOTECHNICALJACKSONVILLE, FL
Adam Hoyles, PWS3
ENVIRONMENTAL SCIENTISTJACKSONVILLE, FL
Brandon Robbins, PSM4
SURVEYORJACKSONVILLE, FL
Subconsultants Key
1 - C&ES Consultants CONSTRUCTION INSPECTIONJACKSONVILLE, FL
2 - W. David LassetterELECTRICAL ENGINEERJACKSONVILLE, FL
3 - Onsite Environmental Consultants ENVIRONMENTAL SCIENTISTJACKSONVILLE, FL
4 - DRMPSURVEYORJACKSONVILLE, FL
5 - Meskel & Associates GEOTECHNICALJACKSONVILLE, FL
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 3
B. Key Personnel
Kart Vaith, PE, BCEE
Principal in Charge
Mr. Vaith has served as the engineer of record, project manager, and/or principal-
in-charge for numerous water, wastewater, and conveyance system projects and
programs. Over his career, Mr. Vaith has overseen more than $3 billion in construction
for water and wastewater treatment, conveyance, and pump station projects.
Select Recent Experience:
Principal in Charge, Northwest Regional Wastewater Treatment Facility Expansion, Marion County, FL. Mr. Vaith is the principal in charge for the design and construction phase services at the 0.8 mgd Northwest Regional WWTF. This project includes an influent pump station, headworks with rotary drum screens, influent flow splitter structure, biological nutrient removal (BNR) using the Bardenpho process, secondary clarifiers, RAS/WAS pumping system, disc filters and chlorine contact. Project improvements also include new and old facilities with differing hydraulic grades, concrete/structural repair, and electrical/I&C improvements similar to the improvements contemplated for the Peters Creek WWTF.
Principal in Charge, Monterey WWTF UV Disinfection System Replacement, JEA, FL. Mr. Vaith is the principal in charge for hydraulic modeling, design, bidding, and limited construction support services for the demolition of the existing ultraviolet (UV) disinfection system and installation of a new Trojan UV disinfection process. Additional improvements include replacing the associated existing electrical and instrumentation systems.
Principal in Charge, Anastasia Island Wastewater Treatment Facility (AI WWTF) Improvements, St. Johns County, FL. Mr. Vaith was the principal in charge for the evaluation of all treatment processes, hydraulic calculations, and BioWin model of the facility. Following the evaluation, improvements were made to address reoccurring failures with the headworks, Riverside influent pump station, biological process improvements, UV disinfection, reuse water system, solids handling, and effluent pump station.
Principal in Charge, SR 16 WWTF Improvements Project, St. Johns County, FL. Mr. Vaith was the principal in charge for the design and construction of the SR 16 WWTF headworks and biological treatment process improvements project located. The project includes installation of a new rotary drum screen to improve screenings and grit removal, evaluation and improvements to the aeration system (blower replacement), installation of a new clarifier splitter box and RAS/WAS wetwell, demolition of the existing RAS/WAS pump station and installation of a new RAS/WAS pump station, civil design, drainage improvements, yard piping, and replacement of the reject pond liner.
Principal in Charge, Gasparilla Island WWTP Improvements Design, Gasparilla Island, FL. As principal in charge for the Gasparilla Island Water Association’s 1.0 mgd WWTP, Mr. Vaith oversaw the rehabilitation work on the influent pump station, headworks, aeration system, filter and standby generator design. Biosolids residuals design was also completed and construction at this WWTP. All phases of the project including design, permitting, and construction were completed within one year.
Principal in Charge, Arbennie Pritchett Water Reclamation Facility, Okaloosa County, FL. Mr. Vaith was responsible for the design, construction, and startup of a 10 million gallon per day (mgd) water reclamation facility (WRF). This project included two 5 mgd 4-stage Bardenpho Ovivo oxidation ditch treatment units, two 125-foot diameter secondary clarifiers, and UV disinfection system. Treated effluent flows by gravity to the effluent pump station and is pumped to one or two of the 18 RIBs or to a public access reuse filtration and chlorine disinfection system. Plant reuse pumps are available to convey treated effluent within the WRF.
EDUCATION
M.S. Chemical Engineering, Michigan Technological University, 1988
B.T. Chemical Engineering, Indian Institute of Technology, BHU, India 1986
REGISTRATION
Professional Engineer:
• Florida (45412)
Board Certified Environmental Engineer
YEARS EXPERIENCE
32 Total
6 with Ardurra
OFFICE LOCATION
St. Augustine, FL
VALUE TO CCUA
• Will ensure a successful project delivery, on-time and on budget
• Has overseen the design and construction of over $3 billion in water and wastewater systems
• Has led master planning efforts for multiple utilities across the Southeast
• A proven ability to work with Owners and Contractors to produce an understandable and low maintenance project
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 4
B. Key Personnel
Dave Rasmussen, PE, BCEE, QEP
Project / Design Manager
Mr. Rasmussen is a project manager with fifteen years of experience specializing
in water and wastewater treatment plant design, large pump station design, plant
hydraulics, groundwater remediation hydraulics, construction services, resident project
representative services, and permitting. He has a broad range of experience in the
planning, design, construction, and operation of water and wastewater treatment
facilities, using both traditional and cutting-edge technologies.
Select Recent Experience:
Project / Design Manager, Northwest Regional WWTF Expansion, Marion County, FL. Mr. Rasmussen is the design manager for the design, permitting, bidding and construction of the Northwest Regional (NWR) WWTF Expansion project located in Marion County, FL. The project includes a new greenfield wastewater treatment facility located in an open parcel of land adjacent to the existing plant. The new $20M NWR WWTF is an Advanced Wastewater Treatment (AWT) facility using 4-stage Bardenpho process to produce high quality effluent for irrigation. Facility processes include rotary drum screens for screening removal, 4-stage bardenpho process with mixing and internal recycle pumping, secondary clarification, disk filters for tertiary filtration, sodium hypochlorite for disinfection, and a centrifuge for sludge treatment.
Project / Design Manager, Anastasia Island Wastewater Treatment Facility (AI WWTF) Improvements, St. Johns County, FL. Mr. Rasmussen was the project and design manager for the evaluation of all treatment processes, hydraulic calculations, and BioWin model of the facility. Following the evaluation, improvements were made to address reoccurring failures with the headworks, Riverside influent pump station, biological process improvements, UV disinfection, reuse water system, solids handling, and effluent pump station.
Project / Design Manager, SR 16 WWTF Improvements Project, St. Johns County, FL. Mr. Rasmussen was the project and design manager for the design and construction of the SR 16 WWTF headworks and biological treatment process improvements project. The project includes installation of a new rotary drum screen to improve screenings and grit removal, evaluation and improvements to the aeration system (blower replacement), installation of a new clarifier splitter box and RAS/WAS wetwell, demolition of the existing RAS/WAS pump station and installation of a new RAS/WAS pump station, civil design, drainage improvements, yard piping, and replacement of the reject pond liner.
Project / Design Manager, Northwest Water Reclamation Facility, St. Johns County, FL. Mr. Rasmussen was responsible for managing the construction for the new 3-mgd regional WRF to provide for the wastewater treatment needs of the developments located in the Northwest service area. The new $25M NW WRF was an Advanced Wastewater Treatment (AWT) facility using 4-stage Bardenpho process to produce high quality effluent for irrigation, filtration, ultraviolet (UV) system for disinfection, and belt press filter and sludge treatment. This project included the design of a Class II pump station and gravity sewer, as well as trenchless technology.
Project Manager, Arbennie Pritchett Water Reclamation Facility 5-mgd Design-Build Expansion, Okaloosa County, FL. Mr. Rasmussen served as the project manager during construction for the $13.5 million-dollar project to expand the 10 mgd Arbennie Pritchett WRF to a total capacity of 15 mgd. This project included construction of a new oxidation ditch process train and additional electrical and mechanical improvements needed to treat an average flow of 15 mgd and a peak flow of 37.5 mgd.
EDUCATION
B.S. Environmental Engineering, University of Central Florida, 2007
REGISTRATION
Professional Engineer:
• Florida (77561)
Board Certified Environmental Engineer
Qualified Environmental Professional (QEP), Institute of Professional Environmental Practice
YEARS EXPERIENCE
15 Total
2 with Ardurra
OFFICE LOCATION
St. Augustine, FL
VALUE TO CCUA
• Strong wastewater treatment facility and pumping system design and project management experience within Florida
• Dozens of WWTF improvements projects similar to Peters Creek WWTP
• Actively manages projects for several clients in Northeast Florida, has developed strong working relationships with CCUA staff, and has a clear understanding of your standards and project procedures
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 5
B. Key Personnel
Jim Kizer, PE
Process / Technical Lead
Mr. Kizer specializes in wastewater treatment processes and is recognized for his
extensive experience in the planning, design, construction, and operation of wastewater
treatment facilities. Mr. Kizer serves as a Senior Process Engineer for the firm and is
involved in the development of the conceptual wastewater treatment design of nearly
all of our projects. He is also an experienced design/build project manager, having
managed design/build wastewater projects ranging from less than $1 million to more
than $50 million.
Select Recent Experience:
Process / Technical Lead, Northwest Regional WWTF Expansion, Marion County, FL. Mr. Kizer was the Process Engineer for the design and construction phase services at the 0.8 mgd Northwest Regional WWTF. This project includes and influent pump station, headworks with rotary drum screens, influent flow splitter structure, biological nutrient removal (BNR) using the Bardenpho process, secondary clarifiers, RAS/WAS pumping system, disc filters and chlorine contact. Project improvements also include new and old facilities with differing hydraulic grades, concrete/structural repair, and electrical/I&C improvements similar to the improvements contemplated for the Peters Creek WWTF.
Process / Technical Lead, Anastasia Island Wastewater Treatment Facility (AI WWTF) Improvements, St. Johns County, FL. Mr. Kizer was the lead process engineer for the evaluation of all treatment processes, hydraulic calculations, and BioWin model of the facility. Following the evaluation, improvements were made to address reoccurring failures with the headworks, Riverside influent pump station, biological process improvements, UV disinfection, reuse water system, solids handling, and effluent pump station.
Process / Technical Lead, Calls Creek Water Reclamation Facility Expansion and Improvements, Oconee County, GA. Mr. Kizer served as the Process Engineer for the improvements and expansion of the 0.67 mgd Calls Creek WPCP to 1.5 mgd, with an ultimate capacity of 3.0 mgd. The project consisted of a new 1.5 mgd 3-stage biological process with integral clarifier, a second clarifier, new filters, UV disinfection, digestion, and screw press dewatering was also included. The existing influent lift station was upgraded with higher capacity pumps and piping to convey the proposed flow rates.
Process / Technical Lead, West Wastewater Treatment Plant Evaluation & Improvements, Opelika, AL. Mr. Kizer was a process engineer for the evaluation of the 4 mgd West WWTP. The evaluation included a review of operations and maintenance data and a capacity analysis and BioWin model of the existing unit processes and recommendations for improvements. The existing plant consists of two 1.6 mg oxidation ditches followed by two 80-foot diameter clarifiers. The current biological process that is operating at the WWTP is a conventional activated sludge process that provides an integral/simultaneous anoxic-selector operating mode.
Process / Technical Lead, Wastewater Treatment Plant Expansion Project, Waycross, GA. Mr. Kizer was the Lead Process Engineer for the Waycross WWTP Expansion project. This project included an evaluation of the existing and newly constructed major unit processes and design improvements. The project consisted of constructing a new 10,000 gpm Intermediate Pumping Station to convey secondary effluent from the trickling filter final clarifiers to the influent splitter box at the new Oxidation Ditches, a new 1,400 gpm Trickling Filter Recycle Pumping Station, a new 3,500 gpm RAS Pumping Station to convey RAS to the influent splitter box at the Oxidation Ditches, demolition/replacement of the motor control centers and one existing pump and motor at the Effluent Pumping Station, a new 8 mgd Traveling Bridge Filter system to treat effluent prior to discharge, as well as miscellaneous electrical, instrumentation and control, yard piping, mechanical, and structural modifications to existing facilities.
EDUCATION
M.S. Civil Engineering Auburn University, 1991
B.S. Civil Engineering, Auburn University, 1987
B.S. Biology, Auburn University, 1984
REGISTRATION
Professional Engineer:
• Florida (53477)
YEARS EXPERIENCE
33 Total
18 with Ardurra
OFFICE LOCATION
Fort Walton Beach, FL
VALUE TO CCUA
• Senior process engineer with three decades of experience focused on wastewater treatment process design, permitting, and construction
• His experience will ensure the proposed expansion at the Peters Creek WWTP are cost effective and expeditiously implementable
• Extensive design and construction experience with oxidation ditch wastewater treatment facilities
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 6
B. Key Personnel
David Lassetter, PE
I&C / Electrical Lead
Mr. Lassetter has had wide-ranging responsibilities in electrical design, including power
distribution, lighting, control, instrumentation, and intercommunication systems. Since
1978, Mr. Lassetter has served as project electrical engineer on municipal, industrial,
commercial, military and transportation design projects. His experience includes
construction supervision, value engineering studies, start-up training and the preparation
of operations and maintenance manuals.
Select Recent Experience:
Electrical/I&C Engineer, Mid-Clay Wastewater Treatment Facility Upgrades, Clay County Utility Authority, FL. Electrical power, lighting, control and instrumentation design for the CCUA Mid-Clay Wastewater Treatment Facility Upgrades. The design services for the project including design coordination with Clay Electric for a new electrical service to the plant, and modifications to the existing CCUA Reclaimed Water SCADA System to incorporate the new facilities. The design of this facility includes a local plant SCADA system with distributed Allen-Bradley Compactlogix PLCs and fiber optic Ethernet network communications. Each PLC panel has a local OIT. The plant SCADA system is interconnected to the Mid-Clay Reclaimed Water Pump Station, the Mid-Clay Reclaimed Water Land Application and Recovery System, and the CCUA Reclaimed Water Master SCADA System.
Electrical/I&C Engineer, CCUA Master Reclaimed Water SCADA System, Clay County Utility Authority, FL. Electrical Engineer for the electrical instrumentation and controls design of the CCUA Master Reclaimed Water SCADA System providing monitoring and control of the county-wide reclaimed water facilities including the treatment plant effluent reclaimed water storage and pump stations at the Miller Street WWTF, Spencer’s WWTF, Ridaught WWTF and the Fleming Island WWTF. The Master Reclaimed Water SCADA system also monitors and controls the Oakleaf and Old Jennings Road reclaimed water storage and booster pump station facilities. The SCADA system design included the addition of new PLC panels at each facility and the detailed design of the interconnections of the required data signals at each facility to the new PLC panels. Each PLC panel is equipped with a local operator interface terminal providing local monitoring and control. The PLC panels are all interconnected through a cellular virtual private network to data servers and HMI computer workstations located at the CCUA central office building. The HMI computer workstations provide remote monitoring, control, historical data collection and on demand trending for the entire system.
Electrical/I&C Engineer, Peters Creek Water Treatment Plant, Clay County Utility Authority, FL. Electrical power, lighting, control and instrumentation design for the CCUA Peters Creek Water Treatment Plant, Clay County, FL. The design of this facility includes new high service pump, well pump and chemical feed pump controls based on the latest CCUA standard PLC control system with HMI operator interface terminal. The design of this facility also includes implementation of the latest CCUA grounding and lightning protection requirements.
Electrical/I&C Engineer, SR16 Wastewater Treatment Facility Headworks & RAS/WAS Improvements WWTF, St. Johns County, FL. Mr. Lassetter was the electrical and I&C engineer for the design and construction of the SR 16 WWTF headworks and biological treatment process improvements project. Mr. Lassetter provided electrical design for the new headworks screen control panel, PLC control panel, and motor control center modifications.
Electrical/I&C Engineer, Anastasia Island Wastewater Treatment Facility Headworks Improvements WWTF, St. Johns County, FL. Mr. Lassetter was the electrical engineer for the design of the new headworks screen control panel, PLC control panel, and motor control center modifications.
EDUCATION
B.S. Electrical Engineering, University of Florida, 1978
REGISTRATION
Professional Engineer:
• Florida (37971)
YEARS EXPERIENCE
43 Total
18 with WDL
OFFICE LOCATION
Jacksonville, FL
VALUE TO CCUA
• In-depth knowledge of CCUA electrical systems, instrumentation and controls, and programming
• Has an intimate knowledge of CCUA’s electrical and SCADA system through work on several other CCUA Electrical and I&C design projects
• Has served as the lead electrical and I&C engineer on over 30 of Ardurra’s projects in Northeast Florida
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 7
B. Key Personnel
Gary Faircloth
Services During Construction Lead Inspector
Mr. Faircloth has more than 40 years of experience in the construction industry and
has a vast amount of experience in the field inspection for wastewater utilities projects,
as well as, projects involving drainage, water, sanitary sewer, roadways, and other
infrastructure. His ability to analyze information, report research results, provide
accurate documentation, and promote process improvement is proven. He also
possesses skills in safety management, managing processes, manufacturing methods
and procedures, and supporting innovation and operations research.
Select Recent Experience:
Lead Inspector, Chuluota Wastewater Treatment Facility, FGUA, Chuluota, FL. Lead Inspector for the construction of a 500,000-gallon tank and new upgrades. Including inspection of the electrical conduits to the existing pump station and all new piping additions installed inside the pump station. Witnessed all pressure testing of the force main lines.
Lead Inspector, Flagler County Wastewater Treatment Facility, Flagler County Utilities, Plantation Bay, FL. Lead Inspector for the construction of a one-million-gallon tank and new upgrades. Inspected all gravity and forced main installations, and all installations of electrical boxes and conduits.
Lead Inspector, Fairways New Wastewater Treatment Facility, FGUA, Mount Plymouth, FL. Lead Inspector for the installation of Anoxic, Aeration, & Equalization precast tanks and completion of the full online operation. Inspected all piping installation, including pressure testing and bacteriological tests.
Lead Inspector, University of Florida New Chill Water Facility, Gainesville, FL. Lead Inspector for the construction of Chill Water Plant for Vet Medical Building Inspection of the installation of new chill water lines from the new Chill Water building to the existing veterinary building and installation of new boilers and blowers. Inspection of all pipe insulation inside of the new Chill Water facility. Inspected rodding of all new boilers.
Lead Inspector, Rainbow Springs Sewer Force Main, Dunnellon, FL. Lead Inspector for the construction of 5+ miles of new Forced Main from Juliette Falls Treatment Plant to San Jose Treatment Plant. Witnessed the pressure testing of all force main lines. Inspected the construction of the new pump station at Juliette Falls.
Lead Inspector, Edmonson West Project, JEA, Jacksonville, FL. This project was an infrastructure project of an area in the Northwest area of Jacksonville. It included drainage, water, and sanitary sewer, street, and curb replacement, also the construction of a retention pond. The cost of this project was approximately $6 million with more than one year of completion time. There were several areas in which ware mains were connected to old mains that were in poor condition due to the age of the lines and after reviewing the design, Mr. Faircloth noticed the plan design had wet taps being installed at these locations and then returning later to cut and cap the existing lines -- working in the same place twice. Mr. Faircloth suggested to the Engineer to make water main shutdowns late at night and cut in and tie the main lines together after all the new mains had been installed up to the old mains and cleared by the health department. By doing this the contractor was able to make several tie-ins each night and eliminated the possibility of damaging the old mains with wet taps.
REGISTRATIONS
Maintenance of Traffic Certification
NCCER Construction Site Safety Training
Confined Space Training
Excavation, Trenching, and Soil Training
OSHA Competent Person Certification
FEMA ICS 100, 700
National Utility Contractors Assoc. Competent Person Training
JEA Fire Protection Training
Hazard Communication Training and Operation Specific Safety
Orientation & Better Jacksonville Project Safety Certified
YEARS EXPERIENCE
41 Total
0.5 with C&ES
OFFICE LOCATION
Jacksonville, FL
VALUE TO CCUA
• Strong implementation of company safety policy as well as client’s safety policy
• Will ensure that the construction is completed per contract documents, design specification, and to applicable codes
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 8
B. Key Personnel
Team Experience Working TogetherThe following table is a listing of projects similar in scope to the Peters Creek WWTF that our team has worked on together.
Project
Lead Project Staff Support Staff
Ka
r
t
V
a
i
t
h
Da
v
e
R
a
s
m
u
s
s
e
n
Ji
m
K
i
z
e
r
Da
v
i
d
L
a
s
s
e
t
t
e
r
*
Ga
r
y
F
a
i
r
c
l
o
t
h
*
Da
n
H
u
g
g
i
n
s
Mi
k
e
C
a
h
i
l
l
Li
n
d
a
P
i
g
e
o
n
Ti
m
Ma
d
h
a
n
a
g
o
p
a
l
Te
d
H
o
r
t
e
n
s
t
i
n
e
Mi
t
c
h
e
l
l
Ch
a
u
n
c
e
y
Ma
n
a
s
i
P
a
r
e
k
h
Jo
h
n
S
o
b
c
z
a
k
Jo
s
h
M
e
i
n
i
g
Northwest Regional WWTF Expansion, Marion County, FL• 0.8 mgd advanced WWTF• Project includes new influent pump station, headworks, biological treatment process, blowers, secondary clarifiers, RAW/WAS pumping, and chlorine contact chamber
X X X X X X X X X X
Anastasia Island WWTF Improvements, St. Johns County, FL• Evaluated all major unit processes• Project includes improvements to the headworks, mechanical screens, multi-stage centrifugal blowers, ultraviolet disinfection, on-site reuse system, and solids handling tanks
X X X X X X X X X
State Road 16 WWTF Improvements, St. Johns County, FL• Project includes improvements to mechanical bar screens, turbo blowers, flow splitter structure, tertiary disk filters, RAS/WAS pumping system, reject effluent storage pond, and stormwater pond
X X X X X X X X X X X
Calls Creek WRF Improvements & Expansion, Oconee County, GA• 1.5mgd BNR facility capable of expansion to 3mgd• Project includes new 3-Stage Bardenpho Process, 62-ft diameter clarifiers, new influent, RAS/WAS, and NRCY pump stations; new hybrid centrifugal blowers, membrane filters, UV disinfection, electrical/I&C, new administration building, retrofit existing WWTF, dewatering, and chemical storage & feed systems.
X X X X X X
Arbennie Pritchett WRF 10-mgd Design-Build and 5-mgd Expansion, Okaloosa County, FL• 10-mgd design build included two 4-stage Bardenpho oxidation ditches, two 125-foot diameter secondary clarifiers, and an UV disinfection system. Treated effluent is pumped to one of the 18 RIBs or to a PAR system.• The 5mgd expansion included a new third oxidation ditch train, a new FOG receiving and treatment system, and a new 6 mgd PAR system.
X X X X X X
Twelve Parks WRF and Lift Station, Sharpsburg, GA• Facility consists of a 40-foot diameter outer tank to provide a three stage Pho-Redux, Fine Bubble BNR Process and an inner 20-foot diameter clarifier. • Other improvements include: stormwater infrastructure, a raw sewage influent pump station, headworks, tertiary treatment, chlorine disinfection, sludge holding tank, dewatering building, chemical storage and feed systems, electrical, SCADA, an effluent sprayfield, and a retention pond.
X X X X
Monterey WWTF Improvements, JEA, Jacksonville, FL• Evaluated all major unit processes and designed improvements to the centrifuge, polymer system, and UV disinfection system.
X X X X X X X X X
*Subconsultant
Section C.
Project Experience
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 9
Northwest Regional Wastewater Treatment Facility Expansion
Marion County Utility Department (MCUD), Florida
Ardurra designed a cost-effective expansion to the existing Northwest Regional Wastewater Treatment Facility (NWR WWTF) to support the future growth of the Marion County service area. The facility is designed to treat an annual average daily flow (AADF) of 0.8 million gallons per day (mgd), provides advanced wastewater treatment capable of meeting 5/5/3/1 water quality limits, and includes provisions for future expansion up to 3 mgd AADF. Future expansion of the facility will be accomplished by adding up to three process trains and one clarifier. The hydraulic and mechanical design included all necessary stub-outs, valves, and pipe configuration and sizing to allow future process tanks to be installed in a “plug and play” fashion.
The expansion of the facility converted the existing extended aeration process to an advanced wastewater treatment system. During preliminary design, Ardurra evaluated five alternative treatment processes, including oxidation ditch technology. Ultimately, a 4-stage Bardenpho process utilizing diffused air was selected as the treatment process based on 20-year life cycle costs, operation and maintenance considerations, and capital costs. This advanced WWTF includes a new headworks structure with rotary drum screens, an influent flow splitter structure, a new biological treatment process using a 4-stage Bardenpho process, blowers, and process air upgrades; secondary clarifiers, RAS/WAS pumping system, disc filters and chlorine contact basins for wastewater treatment. The design allows for space in the hydraulic profile for future grit removal equipment. Following chlorine disinfection, reclaimed water is pumped to rapid infiltration basins (RIBs). Biosolids management consists of aerated sludge holding, sludge pumping, and a facility to utilize a trailer-mounted centrifuge for dewatering and a truck loading conveyor system.
The Northwest Regional WWTF expansion project includes all the same major unit processes as the Peters Creek WWTF Expansion project including electrical, SCADA, I&C systems, structural evaluation, repurposing existing tankage, and discharge of treated effluent to RIBs.
Ardurra successfully managed project engagements through:
C. Project Experience
The following projects highlight Ardurra’s experience in wastewater treatment facility design and
construction oversight similar to the Peters Creek WWTF Expansion project.
SIZE
0.8 mgd with capability for expansion to 3 mgd
PROJECT COST
Design | $1.8 million
Construction | $20 million
PROJECT TIMEFRAME
Design & Bidding | 9 months (Oct 2019 - July 2020)
Construction | Sept 2020 - Estimated Completion May 2022
Project Status | In Construction
PROJECT TEAM
Lead Staff
Kart Vaith | Principal in Charge
Dave Rasmussen | Project/Design Manager
Jim Kizer| Lead Process Engineer
David Lassetter | Electrical/I&C Engineer
Support Staff
Ted Hortenstine | Civil Engineer
Mike Cahill | Electrical/I&C QA/QC
John Sobczak | Structural Engineer
Manasi Parekh | Project Engineer
Tim Madhanagopal | Project Engineer
OWNER REFERENCE
Marion County Utility Department 11800 SE US Highway 441 Belleview, FL 34420
Kevin Vickers, PE, Senior Utilities Engineer
Ph: 352-307-4624
E: kevin.vickers@marioncountyfl.org
Owner Reference Letter Included in Supplier Reference Forms
Section C
In order to expedite the schedule, the Ardurra team provided documentation to pre-qualify contractors prior to bidding. This ensured the winning contractor would have the appropriate resources to meet the demanding schedule. Additionally, the design team held biweekly virtual meetings with the client’s key stakeholders to ensure regular input into the development of the documents that resulted in timely deliverables and streamlined review meetings.
schedule control
quality control
The design team held regular internal review meetings with all disciplines for coordination and quality improvement. Internal review meetings were conducted at every major milestone with team members consisting of local contractors providing valuable constructability insight and quality assurance.
Ardurra, in conjunction with the winning contractor Wharton Smith, provided value engineering services during the bid phase. Over $1.5 million in savings were identified and accepted by MCUD on the project.cost control
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 10
C. Project Experience
Calls Creek Water Reclamation Facility Upgrade
Oconee County, GA
Ardurra, partnered with Crowder Construction, was selected in 2016 to upgrade the existing Calls Creek WRF. This Design-Build project upgraded the existing unit processes and equipment at the 0.67 MGD facility to include a new 1.5 MGD, Bardenpho BNR facility capable of expansion to 3 MGD.
Prior to the project, the existing plant discharged to Calls Creek and utilized an Orbal Process with three MBR units for filtration and solids liquid separation. The facility was inefficient, had not reliably been in compliance with its permit, had deteriorated, and experienced an overall loss of capacity. The County issued an RFQ seeking a Design-Build Team to construct a used/relocated 1 MGD unit at the WRF and rebuild a portion of the existing 0.67 MGD MBR unit to achieve a total treatment capacity of 1.67 MGD.
The design team approach was to instead construct a new 1.5 MGD (BNR) plant capable of expansion to 3 MGD. This new facility includes a new 135-foot diameter outer tank to provide a three stage Pho-Redux, Fine Bubble BNR Process, and an inner 62-foot diameter clarifier. The influent headworks was new and remained in service, but the existing influent lift station was upgraded with higher capacity pumps and piping to convey the proposed flow rates. An existing 600,000-gallon equalization tank was modified to enable its contents to be operated as an off-line influent storage tank, rather than an on-line storage tank. This will peak shave the higher influent flows experienced during rain events.
To accommodate this upgrade as well as future expansion, a new influent/Clarifier/RAS/WAS splitter and pump station structure was provided to evenly distribute flow to the treatment units. This structure also allows RAS to be conveyed to 0.25 mm rotary drum thickeners for separation of fine lint that enters the WRF from a uniform clothing company. Other improvements to the existing processes include new hybrid centrifugal blowers, membrane filters, UV disinfection, electrical/I&C, new administration building, retrofit of other existing WRF processes, chemical handling & storage, dewatering, SCADA, and effluent outfall improvements.
The facility currently discharges effluent to surface water, however Ardurra is working with the County on developing infrastructure for a public access reuse system. We are currently working with the County on the Phase 2 expansion to 3 mgd, including implementing the PAR system and incorporating necessary provisions in the plant expansion to accommodate it.
Ardurra successfully managed project engagements through:
SIZE
1.5 mgd, capable of expansion to 3 mgd
PROJECT COST
Design: $1.25 million
Construction: $15.68 million
PROJECT TIMEFRAME
Design | Completed October 2016
Construction | Completed January 2019
Project Status | Complete
PROJECT TEAM
Lead Staff
Kart Vaith | Principal in Charge
Dave Rasmussen | QA/QC Engineer
Jim Kizer| Lead Process Engineer
Support Staff
Dan Huggins | Project Manager
OWNER REFERENCE
Oconee County Utility Department 1291 Greensboro Highway Watkinsville, GA 30677
Tim Durham, Water Resources Director
Ph: 706-769-3960
E: tdurham@oconee.ga.us
Ardurra performed an in-depth evaluation of the Owner’s original design concept to develop an alternative design that offered several advantages including a lower cost per gallon implementation cost, similar construction schedule, lower risk profile for the Owner and Design-Build team, higher levels of performance, and increased redundancy.
cost control
Ardurra was able to keep the project on schedule and within budget by involving all stakeholders, including EPD and other permitting agencies, early in the design phase.schedule control
quality control
The design team held regular internal review meetings with all disciplines for coordination and quality improvement. In addition to utilizing our QA/QC Team of Subject Matter Experts, we held review meetings at every major milestone with the design-build team members to gain valuable constructability insight.
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 11
C. Project Experience
Anastasia Island Wastewater Treatment Facility (AI WWTF) Evaluation and Improvements
St. Johns County Utility Department, Florida
Ardurra provided design, permitting, and bidding services and is currently providing construction phase services for improvements of the Anastasia Island Wastewater Treatment Facility (AI WWTF). The AI WWTF has a permitted capacity of 4.95 mgd AADF. Treated effluent discharges to the Matanzas River and to public access reuse (PAR). The existing facility consists of an influent structure and plant headworks with automatic mechanical band screens, grit removal, odor control, a 4-stage Bardenpho treatment process, six clarifiers, tertiary filtration for PAR, and chlorine disinfection. The Ardurra team performed a comprehensive evaluation of each major unit process during preliminary design with a view towards repurposing existing tankage and identifying areas for future expansion. The evaluation was based on cost savings over a 20-year period, operation and maintenance considerations, and an assessment for the facilities mechanical, hydraulic and process equipment. The evaluation recommended improvements to the facility headworks, biological process including the addition of a 3rd 4-stage Bardenpho treatment train, aeration, chlorine disinfection, solids handling and reuse pumping system. Following our evaluation, Ardurra provided design, permitting, bidding, and construction phase services for the following improvements:
Headworks: Two new mechanical band screens with an integrated washer-compactor, reuse booster pumps and piping, grit system improvements and other related appurtenances
Aeration System: One new multi-stage centrifugal blower, piping, electrical and control to supply process air to the aeration basins.
Disinfection: Installation of new ultra-violet (UV) light disinfection equipment to replace chlorine disinfection. New UV disinfection equipment was installed in the existing chlorine contact basin channels including associated electrical and instrumentation including new flow measurement devices associated with the UV equipment.
Solids Handling: Demolition of existing solids holding tank (SHT) and associated piping, valves and appurtenances; installation of one new pre-stressed concrete SHT including associated diffusers, piping, valves, and appurtenances for WAS storage; and retaining existing SHT 2 to provide additional storage.
Reuse Pumping: Replacement of two vertical turbine pumps along with the installation of yard piping, valves and appurtenances, and electrical and instrumentation to increase reuse pumping capacity.
Ardurra successfully managed project engagements through:
SIZE
4.95 mgd AADF
PROJECT COST
Evaluation & Design: $551,000
Construction: $4.8 million
PROJECT TIMEFRAME
Design | March 2019 - April 2021
Construction | on-going
Project Status | In Construction
PROJECT TEAM
Lead Staff
Kart Vaith | Principal in Charge
Dave Rasmussen | Project/Design Manager
Jim Kizer| Lead Process Engineer
David Lassetter | Electrical/I&C Engineer
Support Staff
Mike Cahill | Electrical Engineer/I&C Engineer
Manasi Parekh | Project Engineer
Tim Madhanagopal | Project Engineer
John Sobczak | Structural Engineer
OWNER REFERENCE
St. Johns County Utility Department 1205 State Road 16 St. Augustine, FL 32084
Scott Trigg, Chief Utility Engineer
Ph: 904-209-2622
E: strigg@sjcfl.us
Owner Reference Letter Included in Supplier Reference Forms
Comprehensive facility evaluation to identify best value improvements based on life cycle costs and operations simplicity.
cost control
Ardurra provided early procurement packages for the mechanical band screens and blowers cutting down on long lead times and mitigating contractor delays.schedule control
quality control
The Ardurra team performed intensive field investigation work to confirm the reliability and accuracy of record drawings.
Section D.
Project Approach
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 12
Project Understanding
Clay County has experienced significant growth over the last several years and that trend is expected to continue with the addition of over 2,000 new accounts to the Penny Farms/Green Cove Springs service area. Construction of the new First Coast Expressway linking Interstate 10 to St. Johns County is also expected to bring significant growth to the area. For these reasons, CCUA has determined that the expansion of the Peters Creek Wastewater Treatment Facility (PC WWTF) is necessary and, time is of the essence, with startup scheduled to be 30 months from notice to proceed. Additionally, with the growth of the Governors Park and Ayrshire developments in Green Cove area, future flows generated there may be conveyed to the PC WWTF. Therefore, ease of future expansion of the facility will be crucial. Our project approach details how we will meet your timeframe while also presenting cost savings opportunities, operational simplicity, reliability, constructability, and phased site planning for future expansion. Ardurra will seek to leverage the O&M staff’s institutional experience to craft the best overall design solution for CCUA. We will provide a comprehensive approach to provide facilities, equipment, and processes that will meet the following objectives:
Provide sufficient wastewater treatment capacity that can accommodate future expansion(s),
Provide systems that are reliable, easy to operate and maintain,
Minimize life-cycle cost through energy efficient design,
Meet the required schedule constraints of startup in 30 months from notice to proceed, and
Develop a strategy to transition from disposal to rapid infiltration basins (RIBs) to public access reuse (PAR) in the future.
Management Approach
Our approach expeditiously develops and evaluates best-value alternatives to expand the PC WWTF and the capacity to dispose of treated effluent; as well as the documentation necessary to obtain the major revision to the discharge permit. As an example, our team produced five Technical Memoranda for the Northwest Regional WWTF Expansion project, featured in Section C of our proposal, outlining various expansion and treatment alternatives so that the best-value concepts were properly evaluated and selected.
Approach to Quality ControlArdurra is committed to quality management and will implement tools such as workplan development and implementation, risk management, schedule management, team meetings, client workshops, and monthly status reports. Our subject matter experts will independently review the progress documents at each milestone and audit the progress for compliance with the cost and schedule objectives, this includes documents generated by our subconsultants. We have proposed our senior electrical and I&C engineer Michael Cahill, PE, to work alongside David Lassetter, PE, and perform quality checks at each milestone to ensure CCUA receives the highest level of quality for those disciplines.
Approach to Cost EstimatingWe will submit cost estimates at each stage of design, including project alternatives that may be cost-beneficial to CCUA. At each design milestone, we analyze and assess the impact on total price, giving CCUA optimum control on selecting design components that maximize value. When performing cost estimates, we work directly with local suppliers, such as Ferguson and McDade, to obtain real-time quotes for each cost estimate to ensure the greatest level of accuracy. This is especially important in today’s market with equipment and material costs fluctuating daily due to trade/tariff issues with countries overseas.
Our goal is always to produce quality deliverables that will result in competitive bid prices. We are proud to note that so many of our projects have been completed under budget, even less than the bid contract amount. This is due to very accurate design documents and effective construction management. We are also proud that our construction cost estimates are always very close to the low bid price, another strong indication of our efforts to develop accurate design documents and accurate cost estimates.
Comprehensive Resource Plan and ScheduleDuring the planning stages of this project, Ardurra’s Project Manager will develop a critical path schedule. This baseline schedule, which includes costs and resource allocations (i.e., personnel, sub-consultants, and equipment), will be assessed weekly to identify areas of work performing smoothly and areas that may require additional resources or a change in plan. The capability to track the project using a resource loaded schedule is particularly important to enable Ardurra and CCUA to understand task status and to take corrective actions before there is an impact to project delivery.
We have proposed an aggressive design (8 months), bidding (2 months) and construction (20 months) schedule that will
D. Project Approach
Ardurra has 50 years of experience delivering projects similar to the Peters Creek WWTF
expansion. We intend to leverage our knowledge to deliver a more cost-effective and high-quality
solution than any of our competitors.
Section D
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 13
D. Project Approach
require close coordination with CCUA to expedite the design tasks and the QA/QC reviews. The key to accomplishing this fast-track plan is to involve all stakeholders, including FDEP, and other permitting agencies, early in the design phase. We have developed a preliminary design schedule based on the work tasks discussed below, refer to our proposed project schedule on the following page.
Project Work Plan ApproachThe key tasks of our Approach for the professional engineering services for the expansion of the PC WWTF include the following major activities:
Project Kickoff: Our team has enough information to begin work immediately upon notice to proceed. We have already received custom proposals from the oxidation ditch manufacturer, pre-stressed concrete tank manufacturers, and equipment vendors, based on the design criteria outlined in the RFQ. Ardurra will hold a Kickoff Meeting to discuss the basis of design, project goals/objectives, and to collect information and data that will be needed for developing the master plan and for later design tasks. During this meeting we will review CCUA’s preferences for unit processes and equipment and other O&M related preferences. The project kickoff meeting will include a discussion of surveying and geotechnical exploration needs, cost and schedule, FDEP discharge permits, and related information required to make decisions for the design of the project.
Basis of Design (BOD)/Conceptual Design (CD) (10% Design): We will address certain specific aspects of the project such as unit process and major equipment design and requirements, permitting, RIB loading and location, biosolids treatment and disposal, electrical, and instrumentation and controls. We will provide sufficient information to define the conceptual design including preliminary drawings, vendor information, preliminary process flow diagrams, site plans, and equipment data and cut sheets. This document will include the basis of design information regarding existing and future flows, the conceptual plan for a phased expansion of the treatment plant, the effluent disposal system(s), and the biosolids treatment and disposal. The plan will also include a 10% cost estimate. A workshop will be scheduled to solicit and discuss comments following the submission of the BOD. A final BODR will be developed and distributed following this workshop.
Project Definition (PD) Documentation (30% Design): In this phase the BOD documents will be further developed and refined. The preliminary design will present the hydraulic profile, site plans, mass flow diagrams, piping and instrumentation diagrams (PIDs), and other general design information. Preliminary drawings will be developed for the new unit processes and equipment, as well as for the modifications to the existing treatment plant to convert it to an aerobic digester. Future unit processes and major equipment items will also be shown on the site plans such as the second oxidation ditch and the future BCR Environmental biosolids treatment system. During this phase, and as part of alternatives evaluation, design cost reduction measures will be considered and evaluated. Additionally, deliverables will also include an application package required to obtain the new FDEP operating permit. We will submit PD documents and the 30% cost estimates for review and a workshop will be scheduled to solicit and discuss comments.
Intermediate Design (ID) Documentation (60% Design) and Cost Estimate: In this phase, the design concepts are refined and modified to reflect any changes developed during the PD review workshop. Deliverables will consist of updated drawings, draft equipment specifications, a final engineering report, and the permit application package for submittal to FDEP. Additional drawings will be provided to present the erosion control plans/hydrology report, as well as the preliminary structural, instrumentation & control (I&C), electrical, and heating ventilation and cooling (HVAC) designs. Copies of the 60% design documents and cost estimate will be distributed, and a workshop will be scheduled to solicit and discuss comments. The design can be adjusted based on the 60% cost estimate.
Design Development Document (90% Design) and Final Construction Documents (100% Design): During these phases of the design, the design concepts are further detailed and refined and the 90% and 100% drawings and specifications and major equipment data sheets are produced. Copies of the design documents and cost estimates will be distributed, and a workshop will be scheduled to solicit and discuss comments to the 90% and 100% designs. Following the 100% workshop, the final issue for bid (100% Ready for Construction) design documents will be prepared. The project schedule will be updated regularly and construction activities will begin.
Services During Construction and Resident Observation Services: The Ardurra Team will provide engineering and resident observation services during construction in accordance with the requirements of the RFQ. During this phase we will develop conformed construction documents, perform shop drawing and submittal reviews, and hold monthly progress meetings to monitor the contractors progress and to address specific information or coordination needs. We will develop agendas/meeting minutes and otherwise document the meetings and workshops. Additionally, we will perform construction observation and on-site construction project management services to monitor the construction for compliance with contract documents and to assist with the successful completion of the project. Following completion of the project, we will provide project startup and closeout services and produce the final record drawings.
Technical Approach
Ardurra’s Technical Approach was developed based on the overall design concept of constructing the planned 1.5 mgd PC WWTF expansion in two phases. We have included specific provisions in our design to address the initial low flows that the PC WWTF will experience in the first few years following construction. We have reviewed the process data provided in the RFQ and understand that the average ratio of peak daily flow (PDF) to AADF is about 3.1mg; which is typical for a facility the size of the current PC WWTF.
14| RFQu # 2021/2021-A14 | Peters Creek Wastewater Treatment Facility
D. Project Approach
ID Task Name Duration Start Finish
1 Task 1 - Project Management 720 days Mon 9/6/21 Fri 6/7/24
2 Engineers NTP 0 days Mon 9/6/21 Mon 9/6/21
3 Develop Work Plan and Submit to CCUA 5 days Mon 9/6/21 Fri 9/10/21
4 Kickoff Meeting and Site Visit 0 days Fri 9/10/21 Fri 9/10/21
5 Prepare Monthly Invoices and Submit Project Progress Updates 720 days Mon 9/6/21 Fri 6/7/24
6 Task 2 - 10% Basis of Design Document (BODD)32 days Mon 9/13/21 Tue 10/26/21
7 Prepare Site Layout and Phasing Alternatives 15 days Mon 9/13/21 Fri 10/1/21
8 AACE Class 4 Conceptual Opinion of Probable Construction Costs (OPCC) for Each Alternative 15 days Mon 9/13/21 Fri 10/1/21
9 Ardurra QA/QC of Basis of Design Documents 5 days Mon 9/27/21 Fri 10/1/21
10 Submit BODD to CCUA for Review 10 days Mon 10/4/21 Fri 10/15/21
11 Conduct BOD Workshop with CCUA and Selection of Alternative for Final Design 0 days Fri 10/15/21 Fri 10/15/21
12 Submit Final Basis of Design Document to CCUA 7 days Mon 10/18/21 Tue 10/26/21
13 Task 3 - 30% Design Development 33 days Mon 10/18/21 Wed 12/1/21
14 Site/Boundary Survey 25 days Mon 10/18/21 Fri 11/19/21
15 Environmental Exploration and Wetlands Delineation for RIBs 25 days Mon 10/18/21 Fri 11/19/21
16 Geotechnical Investigation Plan and Subsurface Investigation 25 days Mon 10/18/21 Fri 11/19/21
17 Develop 30% Design Documents 20 days Mon 10/18/21 Fri 11/12/21
18 AACE Class 3 OPCC Estimate 20 days Mon 10/18/21 Fri 11/12/21
19 Ardurra QA/QC and Constructability Review of 30% Design
Documents
5 days Mon 11/8/21 Fri 11/12/21
20 Submit 30% Design to CCUA for Review 10 days Mon 11/15/21 Fri 11/26/21
21 Conduct 30% Design Workshop with CCUA 0 days Fri 11/26/21 Fri 11/26/21
22 Prepare and Submit Meeting Minutes, Review Comments, and
Responses
3 days Mon 11/29/21 Wed 12/1/21
23 Task 5 - 60% Design Documents 43 days Thu 12/2/21 Mon 1/31/22
24 Develop 60% Design Documents 30 days Thu 12/2/21 Wed 1/12/22
25 AACE Class 2 OPCC Estimate 30 days Thu 12/2/21 Wed 1/12/22
26 Ardurra QA/QC and Constructability Review of 60% Design
Documents
5 days Thu 1/6/22 Wed 1/12/22
27 Submit 60% Design Documents to CCUA for Review 10 days Thu 1/13/22 Wed 1/26/22
28 Conduct 60% Design Workshop with CCUA 0 days Wed 1/26/22 Wed 1/26/22
29 Prepare and Submit Meeting Minutes, Review Comments, and
Responses
3 days Thu 1/27/22 Mon 1/31/22
30 Task 6 - 90% Design Documents 33 days Tue 2/1/22 Thu 3/17/22
31 Develop 90% Design, Update BODD and Bid Form 20 days Tue 2/1/22 Mon 2/28/22
32 AACE Class 1 OPCC Estimate 20 days Tue 2/1/22 Mon 2/28/22
33 Ardurra QA/QC and Constructability Review of 90% Design
Documents
5 days Tue 2/22/22 Mon 2/28/22
34 Submit 90% Design Documents to CCUA for Review 10 days Tue 3/1/22 Mon 3/14/22
35 Conduct 90% Design Workshop with CCUA 0 days Mon 3/14/22 Mon 3/14/22
36 Prepare and Submit Meeting Minutes, Review Comments, and
Responses
3 days Tue 3/15/22 Thu 3/17/22
37 Task 7 - 100% Design Documents and Bid Documents 32 days Fri 3/18/22 Mon 5/2/22
38 100% Design, Update BODD and Bid Form 14 days Fri 3/18/22 Wed 4/6/22
39 Update AACE Class 1 OPCC Estimate 14 days Fri 3/18/22 Wed 4/6/22
40 Ardurra QA/QC and Constructability Review of 100% Design
Documents
5 days Thu 3/31/22 Wed 4/6/22
41 Submit 100% Design Documents to CCUA for Review 10 days Thu 4/7/22 Wed 4/20/22
42 Conduct 100% Design Workshop with CCUA 0 days Wed 4/20/22 Wed 4/20/22
43 Prepare and Submit Meeting Minutes, Review Comments, and
Responses
3 days Thu 4/21/22 Mon 4/25/22
44 Submit Final Design Calculations 1 day Thu 4/21/22 Thu 4/21/22
45 Issue Bid Documents to CCUA 5 days Tue 4/26/22 Mon 5/2/22
46 Task 8 - Permitting 123 days Mon 10/18/21 Wed 4/6/22
47 Permitting Determination and Strategy Meetings with
Regulatory Agencies
7 days Mon 10/18/21 Tue 10/26/21
48 Prepare and Submit Permit Application Packages 60 days Thu 1/13/22 Wed 4/6/22
49 Obtain Approved Permit Documents 0 days Wed 4/6/22 Wed 4/6/22
50 Task 9 - Bid Phase Services 51 days Tue 5/3/22 Tue 7/12/22
51 Advertise for Bids 30 days Tue 5/3/22 Mon 6/13/22
52 Pre-Bid Meeting with Potential Bidders 0 days Mon 5/16/22 Mon 5/16/22
53 Prepare and Submit Addenda as Needed 30 days Tue 5/3/22 Mon 6/13/22
54 Bid Evaluation and Preliminary Notice of Award to Successful Bidder 3 days Tue 6/14/22 Thu 6/16/22
55 Construction Contract Negotiations 15 days Fri 6/17/22 Thu 7/7/22
56 Board Final Contract Approval 0 days Tue 7/12/22 Tue 7/12/22
57 Issue Conformed Documents 0 days Tue 7/12/22 Tue 7/12/22
58 Task 10 - Post-Design Services 490 days Tue 7/26/22 Tue 6/11/24
59 Preconstruction Meeting 0 days Tue 7/26/22 Tue 7/26/22
60 Substantial Completion 430 days Wed 7/27/22 Tue 3/19/24
61 Final Completion 30 days Wed 3/20/24 Tue 4/30/24
62 Submit Construction Record Drawings 30 days Wed 5/1/24 Tue 6/11/24
9/6
9/10
10/15
11/26
1/26
3/14
4/20
4/6
5/16
7/12
7/12
7/26
A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J1Half 1, 2022 Half 2, 2022 Half 1, 2023 Half 2, 2023 Half 1, 2024 Half 2, 2024
JEA Monterey WWTF Improvements
Page 1
CONSTRUCTIONDESIGN PHASE 100% & BIDDESIGN PHASE 30% 90%BODD & CONCEPT DOCUMENTS REVIEWPROJECT PLANNING/PRELIMINARY DESIGN
Review Historical Data
Develop Technical Memoranda
(TMs)
Develop BODD (based on TMs
submitted)
-Basis of Design
-Site Plan
-Mechanical Plans and
Sections
-Smart P&IDs
-Electrical One-Line
Diagrams
Initiate Permitting
QA/QC
-Internal Tech Review
-Workshop No 1 to review
BODD
Project kickoff meeting
Identify project goals and
stakeholders
Prepare project work plan
Defi ne critical success factors
Defi ne risk register
Set all future meeting dates
Site Survey
Geotechnical Investigation
Permit applications and RAIs
Prepare 30%, 60%, & 90%
plans, specs, bid form, and
OPCC
Prepare construction
sequencing/staging plan
QA/QC
-Internal Tech Review
-Workshop No 2 to Review
60% and 90% Submittals
Prepare 100% deliverable
(plans, specs, bid form, and
OPCC)
Finalize construction sequencing
and staging plan
Obtain permits
QA/QC
-Internal Tech Review
-CCUA Final Review
Pre-bid meeting
Prepare addenda
Recommendation of Award
Perform construction phase
services
-Submittal reviews
-RFI responses
-Field Change Directives
-Site Visits
Prepare start-up plan
Alternatives Analysis TM
Basis of Design Document
(BODD)
Meeting Minutes
Project Work Plan
Communication Plan
-Identify CCUA Standards
-QA/QC Plan
Geotechnical report
Design Deliverables (30%, 60%,
90%)
-Plans
-Specs
-Bid Form
-OPCC
-Meeting Minutes
Updated BODD
Regulatory Review sets
Bid-Ready set
Conformed set
As-builts
Start-up, Commissioning, and
Acceptance Testing plan
Major ActivitiesMajor Activities
Deliverables
Deliverables
Major Activities Major Activities Major Activities
Deliverables
Deliverables Deliverables
JUL 2022 JUN 2024MAR 2022 JUL 2022OCT 2021 MAR 2022SEPT 2021 OCT 2021SEPT 2021
PROJECT MANAGEMENT PLAN
Projected Man Hours for Peters Creek WWTF Expansion
Task Principal in Charge
Project / Design Manager
Process / Technical Lead
Electrical / I&C Lead
SDC Lead Inspector
Support Staff
Task 1 - Project Management 50 500 0 0 0 100
Task 2 - 10% Basis of Design Document 20 130 90 180 0 600
Task 3 - 30% Design Development 40 90 100 180 0 800
Task 5 - 60% Design Documents 90 130 180 240 0 700
Task 6 - 90% Design Documents 40 110 130 240 0 700
Task 7 - 100% Design and Bid Documents 40 60 45 240 0 500
Task 8 - Permitting 20 40 0 0 0 200
Task 9 - Bid Phase Services 20 30 10 20 0 100
Task 10 - Post-Design Services 50 180 90 130 2500 700
Total 370 1270 645 1230 2500 4400
We can streamline conceptual design because we have already finished preliminary process modeling and equipment sizing! Our primary focus during 10% design will be working with you on site layout and phasing alternatives.
We propose that CCUA pre-qualify contractors during the design phase to ensure the bidding contractors have the experience and resources to meet the schedule.
By pre-qualifying contractors, we can reduce bid evaluation time!
Pre-application meetings will be held with each agency to accelerate the permitting process.
We can expedite the schedule by leveraging CCUA’s equipment preferences to issue “early out” or “owner direct purchase” packages to save money and cut down on long-lead items
CCUA board approval for construction contract on Tuesday, July 12, 2022
Our Project Management Plan ensures timely submission of project deliverables!
By assigning the appropriate staff to each task, we can ensure the project is done in a timely manner and with the highest quality.
We will conduct in-person reviews with our design team and key CCUA engineering and operations staff to foster collaboration and determine major design decisions early !
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 15
D. Project Approach
We have reviewed the Jones Edmunds (JE) December 2020 PC WWTF Expansion Planning Report (JE Report) and we believe that our technical approach will provide enhanced process treatment performance, reliability, and lower annual O&M costs. Further, we have developed an estimate of the cost to construct our technical approach which results in more than $3 million dollars in capital savings to CCUA.
Based on our knowledge of the existing facility and the details presented in the RFQ, Ardurra’s technical approach and conceptual plan to upgrade and expand the PC WWTF includes the following treatment technologies, unit processes, and major equipment items:
Headworks (Screening and Grit Removal)Our conceptual headworks design is based on the RFQ and the equipment specified for the Mid-Clay WWTF. The Phase 1 design includes one 2.25 mgd peak hourly flow (PHF) band screen, a conveyor/compactor/washing unit, a manual bar rack, and one 2.25 mgd PHF (0.75 mgd AADF) vortex grit removal system with a grit classifier, a flow splitter box, and an odor control system. A third channel for a future second 2.25 mgd PHF band screen would be provided, as well as accommodations to facilitate a Phase 2 expansion to include a second grit removal system. The specific design of the system, as well as the extent that the structure would be constructed in Phase 1 to facilitate the Phase 2 expansion, would be evaluated during the alternatives evaluation workshops. Installing the smaller screening units in narrow channels increases the channel velocity and minimizes the potential of grit and organics settling in the channels during low flow periods.
Biological Process AlternativesOur Team’s approach to the biological treatment process would be to maximize the biological treatment to ultimately meet the design permit limits for an AADF of 1.5 mgd and 5/5/3/1 effluent limits. We have reviewed the information presented in the RFQ and understand that for calendar years 2017 through 2020, the influent carbonaceous biochemical oxygen demand (CBOD) averaged about 140 mg/L, the average total Kjeldahl nitrogen (TKN) was about 61 mg/L, thus the influent BOD would be about 200 mg/L. The average influent TSS is about 85 mg/L which is low and indicates a high soluble BOD concentration in the influent wastewater. The ratio of CBOD to TKN is low which could impede the BNR’s system to fully denitrify the nitrates without the use of a supplemental carbon source.
Using this information, Ardurra’s full-time wastewater process engineering staff developed a conceptual biological treatment process using our in-house process models as well as the EnviroSim BioWin Wastewater Process Simulation Software. Many consultants do not have the in-house capability to perform these types of evaluations, but at Ardurra, this is our standard project approach! We have already developed a model of the proposed process and will update the model during the design phase to verify its accuracy and to make any adjustments that are necessary to ensure reliable performance and compliance with the discharge permit. We also have submitted our conceptual design criteria to Ovivo who supplied us with a preliminary proposal for their recommended process sizing and equipment.
Based on our experience, we recommend that CCUA implement the expansion of the PC WWTF by constructing a 0.75 mgd BNR process that uses the 4-stage Bardenpho treatment process (1st Anoxic, Aeration, 2nd Anoxic, Post-Aeration zones) rather than limiting the design to only an MLE process. The prestressed concrete tank oxidation ditch will include the two anoxic and aeration zones, includes Denitre-gates for nitrate-rich recycle flow, which avoids a costly recycle pumping system, two 75-horsepower (Hp) 2-stage mechanical aerators with variable frequency drives (VFDs), and two 5 Hp submersible mixers for the anoxic zones.
We have also considered a future modification to construct two 56,000-gallon anaerobic basins at the end of the headworks to provide enhanced BNR removal of total phosphorus if a 5-stage Bardenpho system, if desired by CCUA.innovation
EnviroSim BioWin Wastewater Process Simulation
Constructing a 0.75 mgd BNR process that uses the 4-stage Bardenpho treatment process has the benefit of additional nitrate removal (compared to the MLE process).
innovation
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 16
D. Project Approach
We recommend constructing a new structure that would include the post-aeration basins, mixed liquor suspended solids (MLSS) splitter box, and return activated sludge (RAS)/waste activated sludge (WAS) pump station. MLSS would flow by gravity to the post-aeration basin from the 2nd Anoxic zones, and then be proportioned to the clarifiers using gates. RAS/WAS would flow by gravity back to this to the same structure and the flow would be controlled using electrically actuated V-port knife gates, V-notch weirs, and ultra-sonic level transducers to measure the RAS/WAS flow and modulate the knife gates and the flow. RAS/WAS would flow through the weirs into a wet well and would then be pumped as RAS to the influent splitter box or to the solids handling system as WAS. Submersible, dry-pit submersible, or self-priming centrifugal pumps can be used based on the elevation of the splitter box. All the new equipment would be incorporated into the plant SCADA system as appropriate.
We recommend constructing two 55-foot diameter spiral scrapper clarifiers, like the clarifiers used at the Mid-Clay WWTF, for solids-liquid separation. From the clarifiers, treated effluent would flow by gravity to the new effluent management system.
Effluent ManagementThe effluent management system includes the effluent traveling bridge filters, disinfection system, effluent pump station, and PAR storage facilities. While sodium hypochlorite is currently utilized by CCUA for effluent disinfection, we can evaluate using ultraviolet irradiation (UV) disinfection, if CCUA desires. In the future, if UV disinfection is selected, the chlorine contact basins can be converted to UV disinfection as demonstrated by our team on the Anastasia Island WWTF Improvements project. We understand that CCUA prefers traveling bridge filters and our staff have designed many of these type units. As required by the RFQ, Ardurra will work with CCUA to develop a conceptual design that facilitates an easy transition to discharge effluent to the PAR system. We will work with CCUA to identify the best-value alternatives for the effluent management system. As discussed below, continued operation of the RIBs is recommended since their availability eliminates all requirements for reject and wet-weather effluent storage. On-site PAR storage requirements will be discussed during the initial design phases.
Rapid Infiltration BasinsThe 2020 JE Report states that there are eight (8) existing RIBs with a total area of 4.08 acres. Based on a design flow rate of 0.25 mgd, the design loading rate is about 2.25 inches per day (in/day). FDEP regulations allow for an initial average annual hydraulic loading rate of 3 in/day. The regulations allow the application rate to be increased up to 9 in/day, if it can be justified. The existing RIBs are in Penney Fine Sand which is characterized as excessively drained and has a depth to water of more than 80 inches. This soil classification is the best classification of any soil in the vicinity of the PC WWTF. We recommend reviewing the groundwater modeling and mounding analysis for the existing RIBs to evaluate their capacity to support a higher loading rate of at least 3 in/day.
Further, the JE Report located the proposed RIBs within CCUA’s existing PC WWTF property boundaries. However, the proposed RIBs are in areas with soil types that are significantly more hydraulically limited than the existing RIBs. While the Ksat value of the existing RIBs is typical of most of the soil types in the vicinity of the PC WWTF, between 6 to 20 inches per hour, the JE Report proposed RIB locations in areas where the depth to groundwater is reported to be between 12 and 42 inches, far less than for the existing RIBs which exceeds 80 inches. The Reinhold Corporation, Clay County’s largest private landowner, owns most of the property surrounding the PC WWTF and uses it to grow pine trees. Much of this property is classified as Penney Fine Sand, the same as the existing RIBs, including about 100 acres located west and southwest of
Most RAS/WAS pumping systems are hard pipe connected to the clarifiers which limits turndown and causes uneven flow distribution. The wetwell configuration decouples the RAS/WAS system from the clarifiers allowing full turndown capabilities which are critical for smaller facilities with low influent flow conditions. Our team has recently designed and bid a similar system for St. Johns County’s SR16 WWTF to alleviate process issues associated with their RAS/WAS pumping system.
WAS pumps with space for future
post anoxic basin
fr
o
m
o
x
d
i
t
c
h
RA
S
p
u
m
p
s
w
i
t
h
s
p
a
c
e
f
o
r
f
u
t
u
r
e
RAS/WAS wetwell
to clarifier #2
RAS from clarifier #2
to clarifier #1
RAS from clarifier #1
connections to future clarifiers
CCUA would realize cost savings through the economy of scale by constructing the 2nd Anoxic zone as part of a common wall construction oxidation ditch process. The total volume of the two anoxic and aeration zones is 0.931 mg and the 2nd Anoxic zone volume is 0.099 mg, or about 11% of the total volume of the process tank. cost savings
We further recommend locating the post-aeration zone (about 19,000 gallons) as part of the clarifier splitter structure. The increased costs to implement the 4-stage process in Phase 1 is about $150,000 versus about $500,000 to modify the MLE process in the future. cost savings
Based on our ground water mounding analysis and geotechnical exploration, it is possible that the hydraulic loading rate could be increased to 4.5 in/day. This would reduce or eliminate about 6 acres of new RIBs and offer a savings of about $600,000.cost savings
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 17
D. Project Approach
the PC WWTF. Ardurra recommends evaluating the costs and benefits of purchasing 15 to 30 acres of this land from the Reinhold Corporation to develop an additional 1.2 mgd of RIBs in this soil type. We also recommend that CCUA permit the RIBs based on a hydraulic loading rate of 3 in/day, which is about 0.6% to 2.1% of the daily loading rate of this soil type that has a depth to groundwater of greater than about 80 inches.
We understand CCUA’s requirement to evaluate the benefits of developing reclaimed water storage so that the PC WWTF can maximize its discharge to the PAR system. As stated above, constructing 1.5 mgd of RIBs eliminates the need for reject and wet-weather effluent storage. If CCUA chooses to locate its PAR system storage on-site, we will coordinate with you to size the storage volume to meet your needs. We recommend CCUA consider constructing the initial 1.2 miles of the PAR transmission main from the PC WWTF to Rosemary Hill Road and negotiating with the Reinhold Corporation to allow CCUA to discharge effluent onto their pine trees along the path of the pipeline (refer to figure above).
Solids HandlingAs discussed in the RFQ, we understand that CCUA desires to use the existing steel treatment plant as an aerobic digester to produce Class B biosolids. Based on the information available in the RFQ, the existing 70-foot diameter tank has a usable volume of about 432,000 gallons. The WAS flow is estimated to be about 1,900 pounds per day (ppd). The WAS pumps will be equipped with variable frequency drives (VFDs) for flow control to a future BCR process. Ardurra recommends thickening the WAS from about 1% to 3% prior to discharge to the digester using a 200 gpm rotary drum thickener. Based on the Phase 1 flow of 0.75 mgd, this would reduce the volume of WAS discharged to the digester from about 22,000 gpd to about 7,300 gpd. This increases the detention time in the digester from about 19.6 days to about 59.2 days, which should be sufficient to produce the desired Class B biosolids for the Phase 1 expansion. This also reduces the volume of biosolids transported from the PC WWTF to the MC WWTF and the number of trucks loads. The Master Plan will incorporate the site necessary for a future BCR Environmental Class AA biosolids treatment system. Once the construction of the new facility is complete and startup accepted, the existing process blowers will be utilized to supply air to the converted solids holding tank. These blowers will be powered from the existing transformer, which will save costs on additional conduit wire.
Electrical & Instrumentation and ControlOur Design Team is experienced in developing reasonable electrical and instrumentation and control (I&C) designs for complex processes. Led by Mr. David Lassetter, we have the institutional knowledge to deliver the project according to CCUA standards. Our first task will be to evaluate reusing the existing transformer and generator for the expansion project. In fact, Clay Electric has already upgraded the electrical service to the site and the transformer can be upgraded, if necessary, without major modifications to the incoming electrical service.
Ros
e
m
a
r
y
R
o
a
d
This irrigation nozzle sprays up to 115 feet radius at up to 114 gpm, and could be used to discharge treated effluent onto pine trees.
Developing a restricted access reuse disposal would benefit CCUA and Reinhold Corporation by irrigating about 72 acres, 300 feet from the edge of road, using about 5.8 million gallons of treated effluent weekly. The PAR transmission main would then be simply tied into the PAR distribution system once it is constructed.innovation
We intend to power the new electrical building from the existing transformer. This will allow the entire plant expansion to be constructed while keeping the existing plant in operation for the duration of construction.
innovation
By increasing thickening of the WAS from 1% to 3%, CCUA can reduce the volume of biosolids transported to the Mid Clay WWTF and save on the costs of solids hauling.
cost savings
18| RFQu # 2021/2021-A14 | Peters Creek Wastewater Treatment Facility
D. Project Approach#FEATURE & DESCRIPTION BENEFIT TO CCUA
1 NEW HEADWORKS STRUCTURE: New headworks with new screening and grit equipment
Space for a future anaerobic basin is provided for enhanced nutrient removal if desired by CCUA
2
NEW OXIDATION DITCH: New 0.75 mgd oxidation ditch BNR process that uses the 4-stage Bardenpho treatment process (1st Anoxic, Aeration, 2nd Anoxic, Post-Aeration zones)
Benefit of additional nitrate removal that this process will achieve over the MLE process.
Potential cost savings through economy of scale by constructing the 2nd Anoxic zone as part of a common wall construction oxidation ditch process
3 FUTURE OXIDATION DITCHES: Future Oxidation Ditches (for Phase 2) rated at 0.75 mgd ADF each
Planning for future expansion during Phase 1 design will allow for a more seamless transition into a larger treatment capacity
4
POST-ANOXIC/CLARIFIER SPLITTER/RAS&WAS STRUCTURE: The configuration decouples the RAS/WAS system from the clarifiers allowing full turndown capabilities which are critical for smaller facilities with low influent flow conditions.
Combining these structures provides operational simplicity and cost savings through common wall construction
5 NEW CLARIFIERS: Two 55-foot diameter spiral scraper clarifiers Will provide Class 1 reliability
6 FUTURE CLARIFIER: Future 55-foot diameter spiral scraper clarifier (for Phase 2)
Allows for future expansion without impacting the existing operation and performance of the facility
7 TRAVELING BRIDGE FILTERS: Will have space to add additional filters in the future Reliable performance that is familiar to Operations staff
8 CHLORINE CONTACT CHAMBER: CCC with Effluent Pumping
Chlorine contact basins can easily be converted
to UV disinfection in the future should CCUA
desire
9 ELECTRICAL BUILDING: Electrical building will be sized to accommodate future process equipment
Planning for future expansion during Phase 1 design will allow for a more seamless transition into a larger treatment capacity
10
CHEMICAL BUILDING: Will house chemicals to adjust the pH and alkalinity, a supplemental carbon source, polymer for solids thickening, and sodium hypochlorite for disinfection
Position near process tankage to minimize chemical pipe distances saves cost on pumping and piping
11 ADMINISTRATION BUILDING: Admin building with new laboratory, space for operations staff, and centralized controls Centralized controls provide ease of operations
12 FUTURE REUSE STORAGE: Future 2.25 million gallon reuse storage tank (for Phase 2)Will be designed to provide 3 days of wet weather storage to meet FDEP requirements
13 SOLIDS HOLDING TANK: Existing DAVCO process tankage to be reused as a solids holding tank
Utilizing an existing structure provides cost savings opportunities for CCUA
14 FUTURE BCR FACILITY: Environmental Class AA biosolids treatment system
This facility has been strategically positioned near the existing DAVCO process tank to minimize pumping and piping costs
15 EXISTING TRANSFORMER: Will be utilized to power the new plant
Utilizing the existing transformer allows CCUA to keep the existing plant in service during construction
16 STORMWATER POND Will collect and treat runoff from the new site and future facilities
1
2 3 3
4
5 5 6
78
9
1011
12
13 14
15
16
Ardurra's knowledge of the Peters Creek WWTF, combined with our expertise in
designing similar facilities throughout the region, allowed our Team to develop
a preliminary layout for the expansion, as well as identify key issues that we will
address during design and construction phasing.
Section E.
Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 19
Ardurra Group Information
LitigationThe Ardurra Group, Inc. does not have any past/pending disputes related to wastewater treatment design and construction within the last five (5) years within the States of Florida and Georgia.
Financial InformationAs an engineering firm, we are ranked with the top 500 design firms in the country, based on Engineering News Record (ENR). Our financial performance from our core markets over the last year was the strongest it has ever been. As we look to the future, we renew our long-held commitment to vigorous growth in our key markets and geographic areas. Our steady growth is attributed to the loyal and satisfied clients whom Ardurra has served throughout the United States. This loyalty is reward for the quality and timeliness of the services Ardurra provides.
The Ardurra Group, Inc. maintains a good financial standing and will provide a financial statement if requested by CCUA.
Subconsultants
Subconsultants Contact Info Scope of Work
Construction & Engineering Services Consultants, Inc. (C&ES)
(MBE Firm)
9432 Baymeadows Road, Suite 100
Jacksonville, FL 32256
Ph: 904-652-1186
E: ddavis@candesconsults.com
C&ES will provide services during construction inspection services.
W. David Lassetter (WDL)3837 Buckskin Trail East
Jacksonville, FL 32277
Ph: 904-743-1585
E: wdlass@bellsouth.net
David Lassetter will provide electrical and I&C engineering services.
Onsite Environmental Consultants, LLC (OEC)
(MBE Firm)
2008 Riverside Avenue, Suite 100
Jacksonville, FL 32204
Ph: 904-384-7020
E: info@onsiteec.com
OEC will provide environmental scientist services including but not limited to gopher tortoise mitigation, wetland delineation/mitigation, and other environmental permitting needs.
DRMP, Inc.8001 Belfort Parkway, Suite 200
Jacksonville, FL 32256
Ph: 904-641-0123
E: brobbins@drmp.com
DRMP with provide surveying/mapping services.
Meskel & Associates Engineering, LLC
(MBE Firm)
3728 Phillips Highway, Suite 208
Jacksonville, FL 32207
Ph: 904-519-6990
E: rodney@meskelengineering.com
Meskel & Associates will provide geotechnical engineering services.
Client references for Ardurra and our subconsultants are included in the following section “Required Forms.”
E. Other
In this section we have included our information about litigation history, financial information,
applicable licenses, subcontractors, references, and required forms.
Section E
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 20
E. Other
Key Personnel Licenses
Ron DeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
RASMUSSEN, DAVID ALAN
Do not alter this document in any form.
100 CENTER CREEK ROAD
LICENSE NUMBER: PE77561
EXPIRATION DATE: FEBRUARY 28, 2023
This is your license. It is unlawful for anyone other than the licensee to use this document.
SUITE 108ST. AUGUSTINE FL 32084
Always verify licenses online at MyFloridaLicense.com
Ron DeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
VAITH, KARTIK
Do not alter this document in any form.
100 CENTER CREEK ROAD
LICENSE NUMBER: PE45412
EXPIRATION DATE: FEBRUARY 28, 2023
This is your license. It is unlawful for anyone other than the licensee to use this document.
SUITE 108ST. AUGUSTINE FL 32084
Always verify licenses online at MyFloridaLicense.com
Ron DeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
LASSETTER, WILLIAM DAVID
Do not alter this document in any form.
3837 BUCKSKIN TRL E
LICENSE NUMBER: PE37971
EXPIRATION DATE: FEBRUARY 28, 2023
This is your license. It is unlawful for anyone other than the licensee to use this document.
JACKSONVILLE FL 32277-2229
Always verify licenses online at MyFloridaLicense.com
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 21
E. Other
Required Forms
The following pages contain the forms required under this RFQu:
Acknowledgment of Addenda
Conflict of Interest
Drug Free Workplace Compliance
Non-Collusion Affidavit
Public Entities Crime Statement
Public Records Compliance
References (for Ardurra Group and our Subconsultants)
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 22
E. Other
ADDENDUM ACKNOWLEDGEMENT FORM
It is the Respondent’s responsibility to ensure their receipt of all addenda, and to clearly
acknowledge all addenda within their initial bid or proposal response. Failure to acknowledge
each addendum may prevent the bid or proposal from being considered for award.
Respondentshall acknowledge below the receipt of all addenda, if any.
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
RespondentName:
_________________________________________________________________
Respondent Signature:
_________________________________________________________________
Respondent Address:
_________________________________________________________________
Respondent Email Address:
_________________________________________________________________
Respondent Phone Number:
_________________________________________________________________
Date: ____________________________________________________________
1
05/05/21
2
05/07/21
3
05/10/21
4
05/18/21
5
05/19/21
David Rasmussen, Ardurra Group, Inc
100 Center Creek Road, Suite 108, St. Augustine, FL 32084
drasmussen@ardurra.com
904-562-2185
06/09/2021
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 23
E. Other
CONFLICT OF INTEREST CERTIFICATE
Soliciatation No.
Vendor must execute either Section 1 or Section II hereunder, as required by Florida Statutes 112. Failure to execute
either section may result in the rejection of this bid/proposal.
SECTION I
I hereby certify that no official or employee of the Clay County Utility Authority (Authority), a special district in the State of
Florida, requiring the good or services described in these specifications has a material financial interest in this company.
Signature Company Name
Name of Official (Type or Print) Business Address
City, State, Zip Code
SECTION II
I hereby certify that the following named public official(s) and/or employee(s) of the Authority having material financial
interest(s) (in excess of 5 percent) in this company have filed a Conflict of Interest Statement with the Clay County Utility
Authority, 3176 Old Jennings Road, Middleburg, Florida 32068, prior to the time of bid opening.
Name Title of Position Date of Filing
Signature Company Name
Name of Official (Type or Print) Business Address
City, State, Zip Code
Public Official Disclosure
The Authority requires that a public official who has financial interest in a bid or contract make a disclosure at the time that the
bid or contract is submitted or at the time that the public official acquires a financial interest in the bid or contract. Please provide
disclosure, if applicable, with bid.
Public Official
Position Held
Position or Relationship with Bidder
Signatnnnnnnnnnnnnnure
Ardurra Group, Inc.
David Rasmussen 100 Center Creek Road, Suite 108
St. Augustine, FL 32084
2020/2021-A14
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 24
E. Other
DRUG FREE WORKPLACE COMPLIANCE FORM
IDENTICAL TIE BIDS
Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which 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 Offerors have a drug-free workplace program. To have a drug-free workplace program, a business shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying theactions that will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.
3) Give each employee engaged in providing the commodities or contractual services that are underbid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or contractual services that are under bid, the employee will abide by theterms of the statement and will notify the employer of any conviction of, or plea of guilty or nolocontendere to, any violation of chapter 893 or of any controlled substance law of the UnitedStates or any state, for a violation occurring in the workplace no later than 5 days after suchconviction.
5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community by, any employee who isso convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements.
_____________________________ Offeror's Signature
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 25
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 26
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 27
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 28
E. Other
PUBLIC RECORDS COMPLIANCE ACKNOWLEDGEMENT
Bid No.
Vendor must execute this form. Failure to submit this form shall result in rejection of this bid.
I hereby agree that our firm or organization, employees, subcontractors and for those I am legally liable shall
comply with Chapter 119.071(3), Florida Statutes, and will not divulge, furnish or make available to any third
person, firm or organizations hereunder, or in the course of judicial or legislative proceeding where such
information has been properly subpoenaed, any non-public information concerning the services to be rendered
by the firm or organization, any sub-vendor(s), or subcontractor(s), pursuant to this Agreement.
Subject to the foregoing provisions and law applicable to confidential information,
shall keep and maintain public records required by the
Authority, which is a public agency, in order for the firm or organization to perform services and the work
required by the Scope, and upon request from the Authority’s custodian of public records, firm or organization
shall provide the Authority 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 119.07, Florida Statutes,
or as otherwise provided by law. The firm or organization shall require all its employees, sub vendors(s) and
subcontractor(s) to comply with provisions of this paragraph.
Signature Company Name
Name of Certifying Official
(Type or Print)
Business Address
City, State, Zip Code
Ardurra Group, Inc
Ardurra Group, Inc.
David Rasmussen
100 Center Creek Road, Suite 108
St. Augustine, FL 32084
2020/2021-A14
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 29
E. Other
ARDURRA GROUP, INC. SUPPLIER REFERENCE FORMS
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
St. Johns County Utility Department
n/a
1205 State Road 16
St. Augustine, FL 32084
Scott Trigg, Chief Engineer - Capital Projects
904-209-2622
strigg@sjcfl.us
Anastasia Island Wastewater Treatment Facility (AI WWTF) Evaluation & Improvements
The existing facility is a 4.95 mgd WWTF that consists of an influent structure and plant
headworks with automatic mechanical band screens, grit removal, odor control, a 4-
stage Bardenpho treatment process, six clarifiers, tertiary filtration for PAR, and
chlorine disinfection. Ardurra performed a comprehensive evaluation of the major unit
processes and provided design, bidding, and services during construction for
improvements to the headworks, disinfection system, aeration system, solids handling,
and reuse pumping system.
Total project cost: $4.78 Million
David Rasmussen, PE, BCEE, QEP
Project Manager
DRasmussen@ardurra.com 06/07/2021
904-562-2185
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 30
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 31
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Marion County Utility Department
n/a
11800 FL-25A, Belleview, FL 34420
Print Name Signature
Title Phone Number
Email Address Date
David Rasmussen, PE, BCEE, QEP
Project Manager
DRasmussen@ardurra.com 06/07/2021
904-562-2185
Total Project Cost: $6,601,275
Kevin Vickers, PE, Senior Utilities Engineer
352-307-4624
kevin.vickers@marioncountyfl.org
Northwest Regional Wastewater Treatment Facility Expansion, Marion County, FL
Ardurra provided design and construction phase services at the 1 mgd Northwest Regional
WWTF. This project includes and influent pump station, headworks with rotary drum
screens, influent flow splitter structure, biological nutrient removal (BNR) using the
Bardenpho process, secondary clarifiers, RAS/WAS pumping system, disc filters and
chlorine contact. Project improvements also include new and old facilities with differing
hydraulic grades, concrete/structural repair, and electrical/I&C improvements
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 32
E. Other
Marion County Board of County Commissioners
Office of Environmental Services
11800 SE U.S. Highway 441 Belleview, FL 34420 Phone: 352-307-6000 Fax: 352-307-6001
June 2, 2021
To Whom It May Concern,
Marion County ("MCU") provides utility service to approximately 40,000 water customers and
22,000 sewer customers. MCU has successfully worked with Ardurra Group, Inc. on multiple
wastewater treatment facility projects, including an odor control project at the Oak Run
Wastewater Treatment Facility (FLA012697) and an expansion of the Northwest Regional
Wastewater Treatment Facility (FLA272060).
The Northwest Regional Water Reclamation Facility Expansion Project included replacement of
the treatment facility, which expanded the treatment capacity from 0.200 MGD to 0.800 MGD.
The Ardurra team invested significant time working with MCU's utility staff to plan the facility
so that it is easily expandable to 2.0 MGD. The current expansion includes virtually every unit
process and system within the facility. The final result is a facility with tremendous
operational flexibility and expansion capability.
Marion County Utilities is very satisfied with the services and performance provided by
Ardurra Group, Inc. They have taken project deadlines seriously and been very proactive in
resolving any issues that have arisen. They have shown a consistent willingness to incorporate
both technical and operational feedback from MCU into their design and have approached the
projects in a holistic style with teamwork as the key to success.
Best Regards,
Jody C. Kirkman, P.E.
Director of Environmental Services
Empowering Marion for Success
www.marioncountyfl.org
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 33
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
David Rasmussen, PE, BCEE, QEP
Project Manager
DRasmussen@ardurra.com 06/07/2021
904-562-2185
Calls Creek Water Reclamation Facility Upgrade, Oconee County, GA
The project included the construction of a new 1.5 mgd (BNR) treatment plant capable of
expansion to 3 mgd. This new facility includes a new 135-foot diameter outer tank to provide a
three stage Pho-Redux, Fine Bubble BNR Process and an inner 62-foot diameter clarifier. Other
improvements to the existing process include headworks, electrical, SCADA and effluent outfall
improvements. Our approach also included construction of new effluent filters, ultraviolet
irradiation disinfection, dewatering, and chemical storage and feed systems.
Oconee County Utility Department
n/a
1291 Greensboro Hwy, Watkinsville, GA 30677
Total Project Cost $16M
Tim Durham, Water Resources Director
706-769-3960
tdurham@oconee.ga.us
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 34
E. Other
^hWW>/ZZ&ZE&KZD
^ƵƉƉůŝĞƌƐŚĂůůĐŽŵƉůĞƚĞĂ^ƵƉƉůŝĞƌZĞĨĞƌĞŶĐĞ&ŽƌŵĨŽƌĞĂĐŚƉƌŽǀŝĚĞĚƌĞĨĞƌĞŶĐĞŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚ
ƚŚĞZ&W͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
ϭ͘ 'ĞŶĞƌĂůĂĐŬŐƌŽƵŶĚ
EĂŵĞŽĨůŝĞŶƚ
EƵŵďĞƌŽĨŵƉůŽLJĞĞƐ
ĚĚƌĞƐƐ
WƌŽũĞĐƚƵĚŐĞƚ
WƌŽũĞĐƚDĂŶĂŐĞƌ͗
WŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐ
Ϯ͘ WƌŽũĞĐƚ^ĐŽƉĞ
WƌŽǀŝĚĞĂďƌŝĞĨĚĞƐĐƌŝƉƚŝŽŶŽĨƚŚĞWƌŽũĞĐƚĂŶĚŝƚƐƌĞůĂƚŝŽŶƚŽƚŚŝƐZ&W͘
WƌŝŶƚEĂŵĞ^ŝŐŶĂƚƵƌĞ
dŝƚůĞWŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐĂƚĞ
&OD\&RXQW\8WLOLWLHV$XWKRULW\
1$
2OG-HQQLQJV5RDG
0LGGOHEXUJ)/
0LOOLRQ
'HQQLV0DUWLQ
:DVWHZDWHU6XSHULQWHQGHQW
GPDUWLQ#FOD\XWLOLW\RUJ
&&8$0LG&OD\::7)8SJUDGHV
'HVLJQ&RPSOHWHG&RQVWUXFWHG&RPSOHWHG
(OHFWULFDODQG,QVWUXPHQWDWLRQ'HVLJQ
(OHFWULFDOGHVLJQLQFOXGHGQHZ&OD\(OHFWULF&RRSHUDWLYHHOHFWULFDOVHUYLFHFOLPDWHFRQWUROOHGHOHFWULFDOEXLOGLQJZLWKPRWRUFRQWUROFHQWHUVDQG9)'V6WDQGE\JHQHUDWRUDQG$XWRPDWLF7UDQVIHU6ZLWFK,QVWUXPHQWDWLRQGHVLJQLQFOXGHGQHZ3/&LQVWUXPHQWDWLRQSDQHOVILEHURSWLFFRPPXQLFDWLRQVQHWZRUN
DQGLQWHJUDWLRQLQWRWKH&&8$5HFODLPHG:DWHU6&$'$6\VWHP
3URMHFWLQFOXGHGQHZ,QIOXHQW6WUXFWXUH2[LGDWLRQ'LWFK6HFRQGDU\&ODULILHUVYDULDEOHVSHHG5$6:$6
3XPS6WDWLRQ)LOWHUV&KORULQH&RQWDFW&KDPEHUVDQGYDULDEOHVSHHG(IIOXHQW3XPS6WDWLRQ
:LOOLDP'DYLG/DVVHWWHU3(
6ROH3URSULHWRU
ZGODVV#EHOOVRXWKQHW
Digitally signed by William D
Lassetter
Date: 2021.05.27 16:49:07 -04'00'
W. DAVID LASSETTER SUPPLIER REFERENCE FORMS
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 35
E. Other
^hWW>/ZZ&ZE&KZD
^ƵƉƉůŝĞƌƐŚĂůůĐŽŵƉůĞƚĞĂ^ƵƉƉůŝĞƌZĞĨĞƌĞŶĐĞ&ŽƌŵĨŽƌĞĂĐŚƉƌŽǀŝĚĞĚƌĞĨĞƌĞŶĐĞŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚ
ƚŚĞZ&W͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
ϭ͘ 'ĞŶĞƌĂůĂĐŬŐƌŽƵŶĚ
EĂŵĞŽĨůŝĞŶƚ
EƵŵďĞƌŽĨŵƉůŽLJĞĞƐ
ĚĚƌĞƐƐ
WƌŽũĞĐƚƵĚŐĞƚ
WƌŽũĞĐƚDĂŶĂŐĞƌ͗
WŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐ
Ϯ͘ WƌŽũĞĐƚ^ĐŽƉĞ
WƌŽǀŝĚĞĂďƌŝĞĨĚĞƐĐƌŝƉƚŝŽŶŽĨƚŚĞWƌŽũĞĐƚĂŶĚŝƚƐƌĞůĂƚŝŽŶƚŽƚŚŝƐZ&W͘
WƌŝŶƚEĂŵĞ^ŝŐŶĂƚƵƌĞ
dŝƚůĞWŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐĂƚĞ
6W-RKQV&RXQW\8WLOLWLHV'HSDUWPHQW
1$
6WDWH5RDG6W$XJXVWLQH)/
0LOOLRQ
6FRWW7ULJJ3(
&KLHI(QJLQHHU&DSLWDO3URMHFWV
VWULJJ#VMFIOXV
6W-RKQV&RXQW\8WLOLW\'HSDUWPHQW
3OD\HUV&OXE:DVWHZDWHU5HFODPDWLRQ)DFLOLW\
'HVLJQ&RPSOHWHG&RQVWUXFWLRQ&RPSOHWHG(OHFWULFDODQG,QVWUXPHQWDWLRQ'HVLJQ
(OHFWULFDOGHVLJQLQFOXGHGQHZ%HDFKHV(QHUJ\6HUYLFHVHOHFWULFDOVHUYLFHFOLPDWHFRQWUROOHGPDLQ
HOHFWULFDOEXLOGLQJZLWKPRWRUFRQWUROFHQWHUVDQG9)'V6WDQGE\*HQHUDWRUDQG$XWRPDWLF7UDQVIHU6ZLWFKERDUG,QVWUXPHQWDWLRQGHVLJQLQFOXGHGQHZ3/&LQVWUXPHQWDWLRQSDQHOVILEHURSWLFFRPPXQLFDWLRQVQHWZRUNSODQW6&$'$V\VWHPXVLQJ976FDGD+0,VRIWZDUHDQGLQWHJUDWLRQLQWRWKH6-&8'&HQWUDO6&$'$6\VWHP
3URMHFWLQFOXGHGQHZ+HDGZRUNV%157UHDWPHQW7UDLQV6HFRQGDU\&ODULILHUVYDULDEOHVSHHG5$6:$63XPS6WDWLRQ)LOWHUV89'LVLQIHFWLRQDQGYDULDEOHVSHHG(IIOXHQW3XPS6WDWLRQ
:LOOLDP'DYLG/DVVHWWHU3(
6ROH3URSULHWRU
ZGODVV#EHOOVRXWKQHW
Digitally signed by William D
Lassetter
Date: 2021.05.27 16:51:40 -04'00'
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 36
E. Other
^hWW>/ZZ&ZE&KZD
^ƵƉƉůŝĞƌƐŚĂůůĐŽŵƉůĞƚĞĂ^ƵƉƉůŝĞƌZĞĨĞƌĞŶĐĞ&ŽƌŵĨŽƌĞĂĐŚƉƌŽǀŝĚĞĚƌĞĨĞƌĞŶĐĞŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚ
ƚŚĞZ&W͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
ϭ͘ 'ĞŶĞƌĂůĂĐŬŐƌŽƵŶĚ
EĂŵĞŽĨůŝĞŶƚ
EƵŵďĞƌŽĨŵƉůŽLJĞĞƐ
ĚĚƌĞƐƐ
WƌŽũĞĐƚƵĚŐĞƚ
WƌŽũĞĐƚDĂŶĂŐĞƌ͗
WŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐ
Ϯ͘ WƌŽũĞĐƚ^ĐŽƉĞ
WƌŽǀŝĚĞĂďƌŝĞĨĚĞƐĐƌŝƉƚŝŽŶŽĨƚŚĞWƌŽũĞĐƚĂŶĚŝƚƐƌĞůĂƚŝŽŶƚŽƚŚŝƐZ&W͘
WƌŝŶƚEĂŵĞ^ŝŐŶĂƚƵƌĞ
dŝƚůĞWŚŽŶĞEƵŵďĞƌ
ŵĂŝůĚĚƌĞƐƐĂƚĞ
&LW\RI$WODQWLF%HDFK)ORULGD
1$
$VVLVL/DQH-DFNVRQYLOOH)/
0LOOLRQ
7UR\6WHSKHQV3XEOLF8WLOLWLHV'LUHFWRU
WVWHSKHQV#FRDEXV
&LW\RI$WODQWLF%HDFK
:DVWHZDWHU7UHDWPHQW3ODQW1R,PSURYHPHQWV
'HVLJQ&RQVWUXFWLRQ
(OHFWULFDODQG,QVWUXPHQWDWLRQ'HVLJQ
(OHFWULFDOGHVLJQLQFOXGHGXSJUDGHVWRWKHH[LVWLQJ-($HOHFWULFDOVHUYLFHQHZFOLPDWHFRQWUROOHGHOHFWULFDOURRPZLWKPRWRUFRQWUROFHQWHUVDQG9)'VDQGUHKDELOLWDWLRQRIWKHH[LVWLQJDXWRPDWLFWUDQVIHUVZLWFK,QVWUXPHQWDWLRQGHVLJQLQFOXGHGQHZ3/&LQVWUXPHQWDWLRQSDQHOVILEHURSWLFFRPPXQLFDWLRQVQHWZRUNDQGLQWHJUDWLRQLQWRWKH&LW\RI$WODQWLF%HDFK:DVWHZDWHU3ODQW6&$'$6\VWHP
3URMHFWLQFOXGHGQHZFRQYHUVLRQRIH[LVWLQJDHUDWLRQWDQNVWR%15SURFHVVWUDLQVQHZVOXGJHKDQGOLQJIDFLOLWLHVQHZYDULDEOHVSHHGWXUEREORZHUVZLWKDXWRPDWLFFRQWUROV\VWHPWRVXSSO\DHUDWLRQWRERWKWKH%15SURFHVVDQGVOXGJHKDQGOLQJSURFHVVDQGHIIOXHQWSXPSVWDWLRQXSJUDGHV
:LOOLDP'DYLG/DVVHWWHU3(
6ROH3URSULHWRU
ZGODVV#EHOOVRXWKQHW
Digitally signed by William D
Lassetter
Date: 2021.05.27 16:52:44 -04'00'
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 37
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
Constantine Engineering
3
CCUA Mid-Clay Wastewater Treatment Plant
$4,340.00
Dan Huntt
904 614-8885
dhuntt@tcgeng.com
100% gopher tortoise survey, file for FWC permitting, gopher tortoise excavations
Janet Herrick
CEO/President
oecjaney@onsiteec.com
904 384-7020
May 14, 2021
ONSITE ENVIRONMENTAL CONSULTANTS SUPPLIER REFERENCE FORMS
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 38
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
GLE Associates
5
St. Johns County
$8,498
Stephanie Kilgore
904 296-1880
skilgore@gleassociates.com
Site visits for 6 locations, flagged properties, prepared maps using GIS and investigation
form; prepared permitting documents and met with the appropriate government
officials to complete permitting
Janet M. Herrick
CEO/President
oecjanet@onsiteec.com
904 384-7020
May 20, 2021
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 39
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
City of Green Cove Springs
5
Water Treatment Facility in Green Cove
Springs
$6,627
Scott Schultz
904 219-7540
sschultz@greencovesprings.com
100% gopher tortoise survey on 19.246 acres, prepare necessary permit documents toexcavate gopher tortoises, coordinated with gopher tortoise recipient site, bucket
trapped and excavated gopher tortoises
Janet M. Herrick
CEO/President
oecjanet@onsiteec.com
904 384-7020
May 20, 2021
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 40
E. Other
DRMP SUPPLIER REFERENCE FORMS
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 41
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 42
E. Other
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 43
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
Hazen & Sawyer, PC
UNK
6675 Corporate Center Pkwy, Ste 330, Jacksonville, FL 32216
$59,030
Ms. Caitlin Klug, PE
904-296-1503
cklug@hazenandswayer.com
JEA is planning to expand their Nassau WRF Rapid Infiltration Basin capacity.
Three vacant sites were chosen and our scope of work was to explore all threesites for the team to determine their suitability for use as an Infiltration Basin.Several soil borings and soil permeability tests were performed, and GPR was
used to determine the presence of local confining layers. Piezometers wereinstalled to measure groundwater levels over time and estimate seasonal highand low water levels.
P. Rodney Mank
VP/Principal Engineer 904-519-6990 x203
rodney@meskelengineering.com 5/18/2021
Philip R MankDigitally signed by Philip R
Mank Date: 2021.05.18 13:44:10 -04'00'
MESKEL & ASSOCIATES ENGINEERING SUPPLIER REFERENCE FORMS
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 44
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
Mittauer & Associates, Inc.
UNK
580-1 Wells Road, Orange Park, FL 32073
$27,400
Mr. Tim Norman, PE
904-279-0030
tnorman@mittauer.com
CCUA Mid-Clay WWTF Upgrades - project included an Oxidation Ditch,approximately 100 feet by 250 feet in plan area, filter and grit removal
additions, and additional piping. Scope included soil borings to explore thesubsurface conditions for the proposed construction, laboratory testing ofselected soil samples, and providing engineering recommendations for
foundation support of the proposed improvements.
P. Rodney Mank
VP/Principal Engineer 904-519-6990 x203
rodney@meskelengineering.com 5/18/2021
Philip R Mank Digitally signed by Philip R Mank
Date: 2021.05.18 13:43:18 -04'00'
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 45
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP͘WůĞĂƐĞƉƌŽǀŝĚĞƚŚƌĞĞ;ϯͿƌĞĨĞƌĞŶĐĞƐĨŽƌƉƌŽũĞĐƚƐǁŝƚŚƐŝŵŝůĂƌƐĐŽƉĞ͘
1. General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2. Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
CDM Smith
UNK
4651 Salisbury Road, Suite 420, Jacksonville, FL 32256
$80,000
Ms. Lisa Sterling, PE
904-527-6726
SterlingL@cdmsmith.com
CCUA Saratoga Springs WTF. Project included design of a new plant off ofSandridge Road in Clay County. New structures included water and reclaimedwater storage tanks, High Service Pump building, generator building, chlorinebuilding, aerator and hydropneumatic tanks. In addition, a water main andreclaimed water main to connect the WTF to the existing mains on SandridgeRoad are planned. Field investigation included soil borings (SPT) and CPTprobes to better define soil strength and compressibility, and test pits to furtherexplore for the presence of deleterious soils such as muck and clay. Scope
included laboratory testing of selected soil samples and providing engineering
recommendations for foundation support of the proposed improvements.
P. Rodney Mank
VP/Principal Engineer 904-519-6990 x203
rodney@meskelengineering.com 5/18/2021
Philip R Mank Digitally signed by Philip R Mank Date: 2021.05.18 13:43:49 -04'00'
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 46
E. Other
CONSTRUCTION & ENGINEERING SERVICES (C&ES) SUPPLIER REFERENCE FORMS
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
The Department of Public Works -City of Jacksonville
This department consists of seven (7)divisions.
214 Hogan St.,Room 1085 Jacksonville,FL 32202
$1,500,000/year per fees
Thomas McKnight,C.P.C,Capital
Improvement Construction Manager
904.255.8744
mcknight@coj.net
C&ES is currently serving as the Prime Consultant for the City of Jacksonville’s
Continuing CEI Services Various Projects Program,now about to start our tenthstraightyearofmanaginganddeliveringcapitalimprovementprojectsfortheCity.As a continuous contract,assigned projects have only been limited by
state law regarding construction cost,and have included roadwayreconstruction,intersection improvements,large and small drainagerehabilitationprojects,new Parks and Recreation facilities,Senior Center
improvements,Sheriff’s Office and Fire and Rescue facilities improvements,and other projects on the City’s Capital Improvements Program list.To date,CEI services have been successfully executed for over 150 projects.
Steven J.Davis
President/CEO 904.652.1186
sdavis@candesconsults.com June 9,2021
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 47
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
Jacksonville Port Authority (JAXPORT)
150
2831 Talleyrand Ave,Jacksonville,FL 32206
$1,072,459.00
Marvin Grieve,Director Project
Management
904.357.3064
marvin.grieve@jaxport.com
In 2015 and again in 2020,C&ES was awarded the Continuous CEI and
Facilities Inspection Services prime contract with the Jacksonville Port Authority
for Professional Construction Management,Inspection Services,QA/QC,andContractAdministrationServices.C&ES augments and assists the Authority’sFacilityDevelopmentstaffinperformingawiderangeofarchitecturalandengineeringservicesthatsupportnumerousprojectsoftheCapitalWorkandtheFacilitiesInspectionPrograms.Services include Construction Management,Inspection Services for Marine/Civil Construction projects and inspections of
facilities,buildings,bridges,berths,etc.as required to support terminal staff.
Steven J.Davis
President/CEO 904.652.1186
sdavis@candesconsults.com June 9,2021
| RFQu # 2020/2021-A14 | Peters Creek Wastewater Treatment Facility 48
E. Other
SUPPLIER REFERENCE FORM
Supplier shall complete a Supplier Reference Form for each provided reference in accordance with
the RFP. Please provide three (3) references for projects with similar scope.
1.General Background
Name of Client
Number of Employees
Address
Project Budget
Project Manager:
Phone Number
Email Address
2.Project Scope
Provide a brief description of the Project and its relation to this RFP.
Print Name Signature
Title Phone Number
Email Address Date
JEA
2,300
21 W Church St,Jacksonville,FL 32202
$214,971.20
David McDermet,P.E.
904-437-7197
mcdeds2@jea.com
Deerwood Park Blvd.&Gate Parkway Intersection Improvements -This projectincludedtheinspectionoftheinstallationofapproximately8,696 linear feet of 8-inchPVCDR18reclaimedwatermain,60 linear feet of 4-inch PVC DR18 reclaimedwatermain,and reclaimed water irrigation services along Gate Parkway between
Deerwood Park Blvd and south of Burnt Mill Road in Duval County.The reclaimedwatermainisconnectingtoanexisting8-inch stub-out at Gateway Village Drive,continuing along Gate Parkway and connecting to the existing 20-inch reclaimedtransmissionmainlocatedinJEA’s electric easement,then further south it will
connect to an existing 8-inch reclaimed water main at Village Crossing Drive,
continue south on Gate Parkway,terminating at the IKEA Store entrance.Thisprojectwascompleted6monthsaheadofschedule.
Steven J.Davis
President/CEO 904.652.1186
sdavis@candesconsults.com June 9,2021
Collaborate. Innovate. Create.
www.ardurra.com