RFQ #014-0-2018/RS A/E SERVICES FOR WEST WILDWOOD FIRE STATION SUMTER COUNTY, FLORIDA

MAY 14, 2018 Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

PART 4 QUALIFICATION DOCUMENTS RFQ COVER PAGE

Name of Firm, Entity or Organization: Pond & Company (Pond)

Federal Employer Identification Number (FEIN): 58-1639128

State of Florida License Number (If Applicable): AA26003193

Name of Contact Person: Orlando Harris, AIA, LEED AP

Title: Project Manager

E-Mail Address: [email protected]

Mailing Address: 10199 Southside Blvd, Suite 103

Street Address (if different):

City, State, Zip: Jacksonville, FL 32256

Telephone: 904.543.0400 Fax: 904.5430203 Organizational Structure – Please Check One:

Corporation X Partnership Proprietorship Joint Venture Other

If Corporation: Date of Incorporation: 09.30.85 State of Incorporation: Georgia

States Registered in as Foreign Corporation:

Authorized Signature:

Print Name: ______Mark Levine, FAIA, NCARB, LEED AP

Signature: ______

Title: Vice______President of Architecture

Phone: ______678.336.7740

This document must be completed and returned with your Submittal.

Page 18 of 32

1. Qualification Documents Checklist 1. Qualification Documents Checklist 1. Qualification Documents Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

QUALIFICATION DOCUMENTS CHECKLIST OF ITEMS REQUIRED TO BE SUBMITTED The following documents and forms in the following arrangement must accompany each RFQ or alternate RFQ submitted:

X One electronic single PDF version not password protected RFQ in its entirety submission to the Dropbox link located in this document.

x RFQ Cover Page. This is to be used as the first page of the RFQ. This form must be fully completed and signed by an authorized officer of the vendor.

x Qualification Document Checklist of Items Required to be submitted (this sheet).

x A separate sheet or sheets, clearly identified and numbered, of Exceptions or Deviations from the minimum specifications, must be attached to the RFQ Form (if applicable).

x Proposer Certification / Addenda Acknowledgement Form.

x Statement of General Terms and Conditions.

x A sworn, notarized Statement of Consultant’s Experience and Personnel.

x A sworn, notarized Drug Free Work Place Certificate must accompany each Qualification package or RFQ.

x Hold Harmless Agreement

x E-Verify Certification Form and the electronic signature page of the Memorandum of Understanding from the Department of Homeland Security.

x Anti-Collusion Statement

x Statement of Public Entity Crimes

x Conflict of Interest Disclosure Form

x A Certificate of Insurability, acceptable to the County, shall accompany each RFQ or alternate RFQ, in the amounts as prescribed by State and Sumter County BOCC  All insurance policies shall be written on companies authorized to do business in the State of Florida and satisfactory to the Sumter County BOCC. Prior to commencing services pursuant to the award of this RFQ, the Consultant shall furnish to the Sumter County BOCC certificates of insurance showing the required coverage has been procured and paid for in advance. Within thirty (30) days prior to expiration, the Consultant shall provide the Sumter County BOCC with proof that required coverage has been extended. Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

Date: ______5.11.18

I, ______Mark Levine, FAIA, NCARB, LEED AP (name), an authorized officer of ______Pond & Company (company/vendor), confirm that the above listed documents are provided in our company’s RFQ being submitted to Sumter County and confirm I have read and understand the RFQ document in its entirety.

This document must be completed and returned with your Submittal.

INTENTIONALLY LEFT BLANK 2. Proposer’s Certifications/Addenda 2. Proposer’s Certification / Addenda 2. Proposer’s Acknowledgment Form Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

PROPOSER’S CERTIFICATION

Submit To: Sumter County Board of County Commissioners SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS 7375 Powell Road Wildwood, Florida, 34785 REQUEST FOR QUALIFICATION (RFQ) CERTIFICATION Phone 352-689-4400 Fax 352-689-4401 AND ADDENDA ACKNOWLEDGMENT

DUE DATE: May 14, 2018 DUE TIME: 11:30 a.m. RFQ #014-0-2018/RS TITLE: SUMTER COUNTY ARCHITECTURAL & ENGINEERING SERVICES FOR WEST WILDWOOD FIRE STATION VENDOR NAME: PHONE NUMBER: Pond & Company (Pond) 904.543.0400 VENDOR MAILING ADDRESS: FAX NUMBER: 10199 Southside Blvd, Suite 103 904.543.0203 CITY/STATE/ZIP: E-MAIL ADDRESS: Jacksonville, FL 32256 [email protected]

“I, the undersigned, certify that I have reviewed the addenda listed below (list all addenda received to date). I understand that timely commencement will be considered in award of this RFQ and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for termination of contract. I further certify that the services will meet or exceed the RFQ requirements. I, the undersigned, declare that I have carefully examined the RFQ, specifications, terms and conditions as applicable for this Request, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified. I further declare that I have not divulged, discussed, or compared this RFQ with any other Offeror and have not colluded with any Offerors or parties to an RFQ whatsoever for any fraudulent purpose.”

______1 ______Addendum # Addendum # Addendum # Addendum # Addendum #

“I certify that this quote is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting an RFQ for the same material, supplies, equipment or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this RFQ and certify that I am authorized to sign this response and that the offer is in compliance with all requirements of the RFQ, including but not limited to certification requirements. In conducting offers with an agency for Sumter County Board of County Commissioners (BOCC), respondent agrees that if this RFQ is accepted, the respondent will convey, sell, assign, or transfer to the Sumter County BOCC all rights, title and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States for price fixing relating to the particular commodities or services purchased or acquired by the COUNTY. At the Sumter County BOCC discretion, such assignment shall be made and become effective at the time the purchasing agency renders final payment to the respondent.”

______Mark Levine, FAIA, NCARB, LEED AP, Vice President of Architecture ______5.10.18 Authorized Agent Name, Title (Print) Authorized Signature Date

This form must be completed and returned with your Submittal 3. General Terms and Conditions 3. Statement of General Terms Terms 3. Statement of General and Conditions Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

Statement of General Terms and Conditions

PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an RFQ/RFP/Bid on a contract to provide any goods or BOARD OF SUMTER COUNTY COMMISSIONERS, are political subdivisions of the State of Florida, and reserve the services to a public entity, for the construction or repair of a public building or public work, may not submit right to reject any and/or all submittals, reserve the right to waive any informalities or irregularities in the examination RFQ/RFP/BIDS on leases of real property to a public entity, may not be awarded or perform work as a process, and reserve the right to award contracts and/or in the best interest of the Boards. Submittals not meeting Consultant, supplier, subConsultant, or consultant under a contract with any public entity, and may not transact stated minimum terms and qualifications may be rejected by the Boards as non-responsive. The Boards reserve the business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY right to reject any or all submittals without cause. The Boards reserves the right to reject the submission of any TWO for a period of 36 months from the date of being placed on the convicted vendor list. Vendor in arrears or in default upon any debt or contract to the Boards, or who has failed to perform faithfully any INDEMNIFICATION : The Consultant agrees to indemnify and hold harmless Board of Sumter County previous contract with the Boards or with other governmental agencies. Commissioners, and their elected officials, employees and volunteers from and against all claims, losses and PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFQ/RFQ/RFP/BID expenses, including legal costs, arising out of or resulting from, the performance of this contract, provided that become public records subject to the provisions of Chapter 119, Florida Statutes. any such claims, damage, loss of expenses is attributed to bodily injury, sickness, disease, personal injury or VERIFICATION OF TIME: Nextel time is hereby established as the Official Time of the Boards. death, or to injury to or destruction of tangible property including the loss or loss of use resulting there from and PREPARATION OF RFQ/RFQ/RFP/BIDS: is caused in whole or in part by any negligent act or omission of the tenant. Signature of the Bidder: The Bidder must sign the RFQ/RFP/BID FORMS in the space provided for the signature. If PROHIBITION OF LOBBYING: During the black out period which is, the period between the time the the Proposer/Bidder is an individual, the words “doing business as ,” must appear beneath such submittals for Invitation to Bid or the Request for Proposals, or Request for Qualifications, or information, as signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the applicable, are received at Contracts / Purchasing and the time the Board awards the contract, no proposer, no words, “Member of the Firm” should be written beneath such signature. If the Proposer/Bidder is a corporation, the lobbyist, principal, or other person may lobby, on behalf of a competing party in a particular procurement matter, title of the officer signing the RFQ/RFP/BID on behalf of the corporation must be stated and evidence of his authority any member of the Board, or any Board employee other than the Purchasing Division . Violation of this to sign the RFQ/RFP/BID must be submitted. The Proposer/Bidder shall state in the RFQ/RFP/BID FORMS the name provision may result in disqualification of violating party. All questions regarding this Request for Qualifications, and address of each person interested therein. Request for Proposal (RFP) or Invitation to Bid (BID) must be submitted in writing to the Board’s Purchasing Basis for Bidding: The price proposed for each item shall be on a lump sum or unit price basis according to Division . specifications on the RFQ/RFP/BID FORM. The proposed prices shall remain unchanged for the duration of the ANTI TRUST LAWS: By submission of a signed RFQ, RFP or BID, the successful Vendor acknowledges Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public provided herein. from restraint of trade, which illegally increases prices. Total Proposed Price/Total Contract Sum Proposed: If applicable, the total price bid for the work shall be the CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of aggregate of the lump sum prices proposed and/or unit prices multiplied by the appropriate estimated quantities for the the Florida Statutes. Vendors shall disclose the name of any Officer, Director, Partner, Associate, or Agent who individual items and shall be stated in figures in the appropriate place on the RFQ/RFP/BID FORM. In the event that is also an Officer, Appointee, or Employee of any of the Boards at the time of the RFQ, RFP or BID, or at the there is a discrepancy on the RFQ/RFP/BID FORM due to unit price extensions or additions, the corrected extensions time of occurrence of the Conflict of Interest thereafter. and additions shall be used to determine the project bid amount. INTERPRETATION, CLARIFICATIONS AND ADDENDA: No oral interpretations will be made to any vendor TABULATION: All tabulations and results of the results of the opening of this RFQ/RFP/BID and any other related as to the meaning of the RFQ/RFP/BID Contract Documents. Any inquiry or request for interpretation received documents are posted on Demand Star at http://www.demandstar.com/. by the Purchasing Division before the date listed herein will be given consideration. All such changes or OBLIGATION OF WINNING BIDDER: The contents of the RFQ/RFP/BID of the successful proposer/bidder will interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after become contractual obligations if acquisition action ensues. Failure of the successful Proposer/Bidder to accept these the Pre-Bid/Pre-Bid Conference, mailed or sent by available or electronic means to all attending prospective obligations in a contract may result in cancellation of the award and such vendor may be removed from future Submitters prior to the established RFQ/RFP/BIDS opening date. Each Vendor shall acknowledge receipt of participation. such addenda in the space provided. In case any Proposer/Bidder fails to acknowledge receipt of such AWARD OF BID: It is the Boards’ intent to select a vendor within sixty (60) calendar days of the deadline for receipt addenda or addendum, his offer will nevertheless be construed as though it had been received and of RFQ/RFQ/RFP/BIDS. However, RFQ/RFQ/RFP/BIDS must be firm and valid for award for at least ninety (90) acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All calendar days after the deadline for receipt of the RFQ/RFP/BID. addenda are a part of the RFQ/RFP/BIDS FORMS and each Proposer/Bidder will be bound by such addenda, ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as the Boards may reasonably whether or not received by him. It is the responsibility of each proposer/bidder to verify that he has received all require. This includes information which indicates financial resources as well as ability to provide the services. The addenda issued before RFPs/BIDs are opened. In the case of unit price items, the quantities of work to be Boards reserve the right to make investigations of the qualifications of the firm as it deems appropriate. done and materials to be furnished under this RFQ/RFP/BIDS Contract are to be considered as approximate PREPARATION COSTS: The Boards shall not be obligated or be liable for any costs incurred by Proposers/Bidders only and are to be used solely for the comparison of RFPs/BIDs received. The Board and/or his prior to issuance of a contract. All costs to prepare and submit a response to this RFQ/RFP/BID shall be borne by the CONSULTANT do not expressly or by implication represent that the actual quantities involved will correspond Proposer/Bidder. exactly therewith; nor shall the Vendor plead misunderstanding or deception because of such estimate or TIMELINESS: All work will commence upon authorization from the Boards’ representative (Purchasing Division ). All quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and work will proceed in a timely manner without delays. The Consultant shall commence the work UPON RECEIPT OF other Bid/Bid Documents, and it is understood that the quantities may be increased or diminished as provided NOTICE TO PROCEED and/or ORDER PLACED (PURCHASE ORDER PRESENTED), and shall deliver in herein without in any way invalidating any of the unit or lump sum prices bid. accordance to the terms and conditions outlined and agreed upon herein. GOVERNING LAWS AND REGULATIONS: The vendor is required to be familiar with and shall be responsible DELIVERY: All prices shall be FOB Destination, Sumter County, Florida, inside delivery unless otherwise specified. for complying with all federal, state and local laws, ordinances, rules and regulations that in any manner affect ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES (“PIGGY-BACK”): the work. The Vendor by submitting a Bid acknowledges that other Public Agencies may seek to “Piggy-Back” under the same PROPRIETARY/CONFIDENTIAL INFORMATION: Vendors are herby notified that all information submitted terms and conditions, during the effective period of any resulting contract – services and/or purchases being offered in as part of, or in support of RFQs/RFPs/BIDs, will be available for public inspection ten days after opening of the this Bid, for the same prices and/or terms proposed. Vendor has the option to agree or disagree to allow contract RFQs/RFPs/BIDs or until a short list is recommended whichever comes first, in compliance with Chapter 119, Piggy-Backs on a case-by-case basis. Before a Public Agency is allowed to Piggy-Back any contract, the Agency and 287 of the Florida Statutes. Any person wishing to view the RFQs/RFPs/BIDs must make an appointment must first obtain the vendor’s approval – without the vendor’s approval, the seeking Agency cannot Piggy-Back. by calling the Purchasing Division at (352) 689-4400. All RFQs/RFPs/BIDs submitted in response to this PLANS, FORMS & SPECIFICATIONS: Bid Packages are available from the Purchasing Division . These packages solicitation become the property of the Board. Unless information submitted is proprietary, copy written, are available for pickup or by mail. If requested to mail, the Proposer/Bidder must supply a courier account number trademarked, or patented, the Board reserves the right to utilize any or all information, ideas, conceptions, or (UPS, FedEx, etc.). Proposers/Bidders are required to use the official RFQ/RFP/BID FORMS, and all attachments portions of any RFQ/RFP/BIDS, in its best interest. itemized herein, are to be submitted as a single document. Any variation from the minimum specifications must be TAXES: The Board of Sumter County Commissioners is exempt from any taxes imposed by the State and/or clearly stated on the RFQ/RFP/BID FORM and/or Exceptions/Deviations Sheet(s). Only one set of plans, forms, and Federal Government. Exemption certificates will be provided upon request. specifications will be furnished each company or corporation interested in submitting a bid/bid. RFQ/RFP/BID FORM NON-COLLUSION DECLARATION: By signing this RFQ/RFP/BID, all Vendors shall affirm that they shall not documents for this project are free of charge and are available on-line and are downloadable (vendor must pay any collude, conspire, connive or agree, directly or indirectly, with any other Proposer, firm, or person to submit a DemandStar fees or any shipping). collusive or sham Bid in connection with the work for which their RFQ/RFP/BID has been submitted; or to MANUFACTURER’S NAME AND APPROVED EQUIVALENTS: Any manufacturer’s names, trade names, brand refrain from Bidding in connection with such work; or have in any manner, directly or indirectly, sought by names, information and/or catalog numbers listed in a specification are for information and not intended to limit person to fix the price or prices in the RFQ/RFP/BID or of any other Bidder, or to fix any overhead, profit, or cost competition unless otherwise indicated. The Proposer/Bidder may offer any brand for which he is an authorized elements of the RFQ/RFP/BID price or the RFQ/RFP/BID price of any other Bidder, or to secure through any representative, which meets or exceeds the RFQ/RFP/BID specification for any item(s). If RFQs/RFPs/BIDs are collusion, conspiracy, connivance, or unlawful agreement any advantage against any other Bidder, or any based on equivalent products, indicate on the RFQ/RFP/BID FORM the manufacturer’s product name and literature, person interested in the proposed work. and/or complete specifications. Reference to literature submitted with a previous RFQ/RFP/BID will not satisfy this PROPOSER RESPONSIBILITY: Invitation by the Boards to vendors is based on the recipient’s specific provision. The Proposer/Bidder shall explain in detail the reason(s) why the proposed equivalent will meet the request and application to DemandStar by Onvia at www.DemandStar.com [(800) 711-1712] or as the result of specifications and not be considered an exception thereto. RFQs/RFPs/BIDs which do not comply with these response by the public to the legal advertisements required by State law. Firms or individuals submit their requirements are subject to rejection. RFQs/RFPs/BIDs lacking any written indication of intent to quote an alternate responses on a voluntary basis, and therefore are not entitled to compensation of any kind. brand will be received and considered in complete compliance with the specifications as listed on the RFQ/RFP/BID OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this FORM. The Purchasing Division is to be notified, in writing, of any proposed changes in materials used, RFQ/RFP/BID, and all other reports, charts, displays, schedules, exhibits and other documentation submitted manufacturing process, or construction. However, changes shall not be binding upon the Boards unless evidenced by by the vendors will become the property of the Board. Reference to literature submitted with a previous a Change Notice issued and signed by the Purchasing Division , or designated representative. RFQ/RFP/BID will not relieve the Bidder from including any required documents with this RFQ/RFP/BID. QUANTITIES: The quantities as specified in this RFQ/RFP/BID are estimates only and are not to be construed as EXAMINATION OF BID DOCUMENTS: Each Bidder shall carefully examine the RFQ/RFP/BID Document to guaranteed minimums. ensure all pages have been received, all drawings and/or Specifications and other applicable documents are DOCUMENT RE-CREATION: Vendor may choose to re-create any document(s) required for this solicitation, but must included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any do so at his own risk. All required information in the original Board format must be included in any re-created manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the document. Submittals may be deemed non-responsive if required information is not included in any re-created part of the CONSULTANT will in no way relieve him of the obligations and responsibilities assumed under the document. Contract. ACKNOWLEDGED: VENDOR RESPONSIBILITY: Vendors are fully and completely responsible for the labeling, identification and delivery of their submittals. The Purchasing Division will not be responsible for any mislabeled or misdirected ______5.10.18______submissions, nor those handled by delivery persons, couriers, or the US Postal Service. (Signature and Date) DRUG FREE WORKPLACE: All Proposers/Bidders shall submit the enclosed, duly signed and notarized form entitled “Drug Free Workplace Certificate”. The Drug Free Workplace Vendor shall have the burden of demonstrating that his program complies with Section 287.087 of the Florida Statutes, and any other applicable state law.

This document must be completed and returned with your Submittal 4. Reference & Similar Projects 4. Reference & Similar Projects & Similar Projects 4. Reference Experience Form Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

REFERENCE & SIMILAR PROJECTS EXPERIENCE FORM

Owner / Business Name: City of Marietta Project Location / Address: Sawyer Road City: Marietta State: Georgia Zip Code: 30062 Point of Contact: Chief Jackie Gibbs Dates of Work: 2016-Ongoing Phone Number: 770.794.5451 Fax Number: 770.794.5699 E-mail Address: [email protected] Project Name: Marietta Fire Station No. 56 Brief Description of Project: Pond is developing the design and construction of the new City of Marietta Fire Station #56, on Sawyer Road, via a Design-Build contract delivery method. The overall scope of work includes site design, building design and construction. The site design scope of work addresses property access, vehicular circulation, storm water management and landscaping. The building design scope of work will include final programing, building design, permitting and construction. The new fire station will consist of administration space and apparatus bay space, three 16’ wide bays, and will be approximately 8,600 gross sf. There will be an office, open dorm, training room, day room and other service spaces within the administration area. The master plan for future site development includes conceptual programming for Public Safety Training Facilities and support operations.

Owner / Business Name: Catoosa County Project Location / Address: 1705 US-41 City: Ringgold State: Georgia Zip Code: 30736 Point of Contact: Jim Walker Dates of Work: 2016-Ongoing Phone Number: 706.965.2500 Fax Number: 706.935.3112 E-mail Address: [email protected] Project Name: Catoosa County Fire Station No.3 Brief Description of Project: Pond developed a concept for Catoosa County Fire Station No. 3. This project includes the demolition of the existing fire station and providing design-build services for a new fire station at the same location. The design includes: three apparatus bays; dormitories; fitness and exercise room; storage; office space; dayroom; laundry room; men’s and women’s locker rooms; kitchen; covered patio; and fuel tan storage area.

Owner / Business Name: Westover Air Reserve Base Project Location / Address: 975 Patriot Ave City: Chicopee State: Massachusetts Zip Code: 01022 Point of Contact: David Kocot Dates of Work: 2016-Ongoing Phone Number: 413.557.2429 Fax Number: 413.557.2419 E-mail Address: [email protected] Project Name: Westover Air Force Reserve Base Fire Station Brief Description of Project: This project included renovations to an existing 21,000 sf Fire Station and the addition of a 4,400 sf extension of the existing apparatus bays at Westover Air Force Reserve base in Chicopee, MA. The project renovations included a replacement in kind of the interior finishes, new HVAC system, and replacement of all existing light fixtures with LED lighting in the administrative and sleeping quarters (11,000 sf). Exterior modifications to remove existing glass block windows and in-fill construction and removal and replacement of existing insulated glazing panels in windows. The existing apparatus bays (10,000 sf) receive new floor coating with vehicle stripping, new paint finish on walls and ceilings, a new vehicle exhaust system and existing light fixtures will be replaced with LED lighting. The new addition (4,400 sf) is a 5-bay extension of the existing vehicle apparatus bays to accommodate new fire fighting vehicles, as well as accommodate existing vehicles currently housed in other locations on base. The facility is located adjacent to historical hangars and will require review and approval by the State Historical Preservation Office. The project is funded by MILCON (Addition) and SRM (Renovations) and will be developed as two separate projects, but will be released for bidding concurrently. Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

Owner / Business Name: Consolidated Government of Columbus, GA Project Location / Address: 4191 Macon Road City: Columbus State: Georgia Zip Code: 31907 Point of Contact: John Hudgison Dates of Work: 2013-2016 Phone Number: 706.225.3959 Fax Number: 706.653.4109 E-mail Address: [email protected] Project Name: Columbus Fire Station #9 Brief Description of Project: Pond provided quality control, cost estimating and full construction for this recently completed three bay fire station includes housing, day room, kitchen, restrooms, control room, storage, LEED compliant landscaping and secure parking for the firefighters. Roughly 1,000 lf of new roadway provides access to the complex and facilitates water, sanitary and fiber-optic services. Storm sewer is detained and water quality treated prior to release into the adjacent creek. The building is a load bearing masonry cavity wall system on continuous concrete footings, concrete slab-on grade and standing seam metal roof system. Although LEED Accreditation was not initially required, it appears the building may ultimately qualify for LEED Silver.

Owner / Business Name: Naval Facilities Engineering Command (NAVFAC) Southeast Project Location / Address: 437th Fire Station, Joint Base Charleston City: Charleston State: South Carolina Zip Code: 29404 Point of Contact: Kenny Geddings | Daryl Lotempio Dates of Work: 2010-2011 Phone Number: 904.542.6296 | 904.542.6295 Fax Number: 904.542.6634 E-mail Address: [email protected] | [email protected] Project Name: Fire Base Rescue Station Brief Description of Project: The scope of this project included design of a new Fire Rescue Station at Joint Base Charleston – Air Base, South Carolina to replace the existing facility. The new facility consisted of a new 54,000 sf combination one and two story, masonry and structural steel building to house the operations of the 628th active duty Fire Department and the 315th Air Force Reserve Fire Rescue personnel. The design included space for the emergency response dispatch personnel making the new facility a centralized base wide dispatch for emergency medical, fire and security forces. Other components of the design were eight double sized apparatus bays plus a single maintenance bay, kitchen, dining, dayroom/recreation, administrative, offices, training rooms, P.P.E. gear storage, protective gear laundry, SCBA maintenance/compressor room, and sleeping rooms for 22 staff.

Owner / Business Name: Gwinnett County Facilities Management Project Location / Address: 650 Swanson Drive City: Lawrenceville State: Georgia Zip Code: 30043 Point of Contact: Jeff Hairston Dates of Work: 2005-2007 Phone Number: 770.822.7006 Fax Number: 770.822.7114 E-mail Address: [email protected] Project Name: Gwinnett Fire Apparatus Storage Brief Description of Project: Pond provided full project design including civil, architectural, structural, mechanical, plumbing, and electrical design associated with a new 17,000 sf bay storage and maintenance facility with nine truck bays, offices, workshops and one wash bay. The project also included site design to support movement and testing of fire and emergency services vehicles, as well as a 30,000 gallon below ground drafting pit designed for testing the fire department’s pump trucks. Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

Owner / Business Name: Morgan County Project Location / Address: 160 N. Main Street City: Madison State: Georgia Zip Code: 30650 Point of Contact: Ray McFadden Dates of Work: 2008-2010 Phone Number: 706.707.6041 Fax Number: 706.343.6450 E-mail Address: [email protected] Project Name: Morgan County Public Safety Complex Brief Description of Project: Pond provided full design services (programming, design and construction administration) for this major renovation project. The Morgan County Public Safety Complex occupies approximately 100,000 sf within an 186,000 sf former manufacturing facility located in Madison, GA. The original building was built in two phases, the first being in the late 1980s and the second in the late 1990s with much of the previously existing space consisting of warehouse space. Pond performed a complete building analysis of the existing facility and conducted comprehensive programming sessions with the Sheriff’s Department including a thorough space needs analysis. The design included the renovation of the existing building to include a 192-bed jail, associated jail support space, Sheriff’s administrative offices, E-911 dispatch center, Emergency Operations Center, Magistrate Court and other miscellaneous public safety and jail related spaces. The remaining facility area includes space for 100% expansion of the detention area. Pond also designed an EMS area at the rear of the facility, complete with three vehicle bays. Pond’s design incorporated the re-use of the existing facility, therefore minimizing construction cost for the client. Pond successfully designed this complex facility to meet all applicable codes and standards, utilizing sustainable building design practices.

Owner / Business Name: Cherokee County Project Location / Address: 150 Chattin Drive City: Canton State: Georgia Zip Code: 30115 Point of Contact: Eddie Robinson Dates of Work: 2014-2016 Phone Number: 678.493.4032 Fax Number: 678.493.4034 E-mail Address: [email protected] Project Name: Cherokee County Fire Training Center Brief Description of Project: The Pond team completed the master plan and schematic design for the full build out of the 14.2 acre site including the evaluation of an existing structure to determine viability for reuse rather than demolition and if the site’s existing detention pond can be utilized by Fire-ES for SCUBA diving instructional purposes and for other training simulations. The concept master plan developed for the Cherokee County Fire-ES Training Center is comprised of the following components: A single story training administration building to hold administrative offices and support areas, teaching and instruction classrooms (partially located within the existing structure); a two story fire training burn building; a four story fire training tower; an exterior covered classroom area, to be located in close proximity to both the training administration building and the fire training props; a physical fitness and exercise center, locker rooms and shower facilities for male and female personnel; a two bay drive through garage of sufficient size to hold an EMS ambulance and a fire/ pumper truck for training purposes; a wash bay with equipment and storage rooms; a storage building for hay bales, wooden pallets and other similar “burn” materials; drafting area at the existing pond with boat ramp, provisions for future dock, and pump area for a pond-fed hydrant system to be used for live fire training; a vehicle extraction training area and exterior (LP) gas prop area with all necessary infrastructure and utility components. Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

Owner / Business Name: Lanier Technical College Project Location / Address: Lanier Tech Drive City: Gainesville State: Georgia Zip Code: 30680 Point of Contact: Dr. Ray Perren Dates of Work: 2016 Phone Number: 770.531.6300 Fax Number: 770.531.6328 E-mail Address: [email protected] Project Name: Lanier Hall County Campus Tech & Industry Brief Description of Project: The new facility is part of Lanier Technical College’s new Hall County Campus in Gainesville, Georgia. The facility will consist of two wings; one of which is two stories high and the other consists of one story high-bay spaces. The site slopes such that the second story will be near grade level on the (campus quadrangle) side and the first story will be on the opposite. The total gross square footage will be approximately 95,000 sf. Pond provided engineering design of the fire alarm systems and fire suppression systems for Allied Health, Tech and Industry, and Campus Support Buildings. Fire suppression systems included wet-pipe sprinkler protection of all three buildings and one clean agent system for the campus servers. Fire alarm systems included three fire alarm systems which included occupant notification, smoke detection, door hold release, duct smoke detection, clean agent monitoring, and heat trace monitoring. The fire protection engineering team also assisted the architectural team with life safety requirements for building fire-resistance rating requirements and demand of egress requirements.

Owner / Business Name: Georgia Institute of Technology Project Location / Address: 490 10th Street City: Atlanta State: Georgia Zip Code: 30318 Point of Contact: Gary Jelin Dates of Work: 2016-Ongoing Phone Number: 404.894.9053 Fax Number: 404.894.8552 E-mail Address: [email protected] Project Name: Georgia Institute of Technology Campus Safety Building Brief Description of Project: Recently, Pond was selected by Georgia Tech to help address growing student safety concerns with an exciting new project that will consolidate the hub of all campus security functions into a singular location. Since 1981, the Georgia Tech Police Department (GTPD) has had bases in five locations, and today, with a staff of over 80 sworn officers and over 120 total employees, the GTPD protects a growing campus community of over 33,000 students, faculty and staff. The department now includes a Criminal Investigations Division, a K9 program, an Office of Emergency Preparedness, and other specialized units to protect the campus community. Additionally, the department monitors over 1,700 security cameras in its communications center, where dispatchers and student video technicians keep a careful eye on the campus.Constructing a new 30,000 sf building will allow the GTPD to consolidate and create new technologically-advanced spaces and take advantage of modern-day workplace solutions to enhance their impact without significantly increasing their space footprint. The project will also be a new gateway to the campus northwest sector. This facility will replace obsolete police facilities, consolidate the units into one location, and modernize police functions. 5. Consultant's Affidavit Consultant's Affidavit

5.

6. Drug Free Workplace Certificate 6. Drug Free Workplace Certificate Workplace 6. Drug Free Sumter County Board of County Commissioners - RFQ #014-0-2018/RS

DRUG FREE WORKPLACE CERTIFICATE

I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that,

Pond & Company (Pond) (print or type name of firm)

• Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition. • Informs employees about the dangers of drug abuse in the work place, the firm's policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations. • Gives each employee engaged in providing commodities or contractual services that are under RFQ's or bid, a copy of the statement specified above. • Notifies the employees that as a condition of working on the commodities or contractual services that are under RF Q's or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, please or guilty or nolo contendere to, any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the work place, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt. • Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. • Makes a good faith effort to continue to maintain a drug free work place through the implementation of the drug free workplace program. • "As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth here � 7 Authorized ignature

5.7.18 Date Signed State of: ------Florida

County of: _D_u_val______Sworn to and subscribed before me this 1\/1.._ day of 1.�- , 2o!J Personally known / or Produced Identification--�------(Specify Type of Identification)

My Commission Expires

( seal) •" "'•• DONNA M. MCQUADE !J FF 961939 ·, /}� MY COMMISSION# �f!( niJi'l&§� p/eted and returned with your Submittal. ;\··: (lt...... ,....;.... . �--� .... 7. Hold Harmless Agreement 7. Hold Harmless Agreement Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

HOLD HARMLESS AGREEMENT

The Consultant/Vendor is required to purchase and maintain minimum limits of $1,000,000 per occurrence for all liability, which includes general liability and, if applicable, automobile liability. Other coverage may be required where applicable.

The Consultant/Vendor agrees to hold the Sumter County Board of County Commissioners harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting there from, arising out of the agreement, unless such claims are a result of the County’s sole negligence.

The Consultant/Vendor shall purchase and maintain its own Worker’s Compensation Insurance & Employers Liability in accordance with Florida Statute Chapter 440.

The Consultant/Vendor shall also purchase any other coverage required by law for the benefit of employees.

Required insurance shall be documented in Certificates of Insurance and shall be provided to the County representative requesting the service.

By signature upon this form the Consultant/Vendor stipulates that he/she agrees to the Hold Harmless Agreement, and to abide by all insurance requirements.

Pond & Company (Pond) Consultant/Vendor-Print Name Signature

______Sumter County A/E Services for West Wildwood Fire Station ______5.10.18 Project Name Date

The effective dates of this Hold Harmless Agreement shall be for the duration of the contract associated with this project.

This document must be completed and returned with your Submittal. 8. E-Verify Certification 8. E-Verify Vendor/Consultant 8. E-Verify Certification Sumter County Board of County Commissioners - RFQ #014-0-2018/RS

E-Verify Vendor/Consultant/Certifi cation

E-Verify is a federal system established by the Department of Homeland Security to determine the immigration and work-eligibility status of prospective employees. Detailed E-Verify program information for employers can be found at http://www.dhs.gov/e-verify.

Vendors must certify compliance with the federal E-Verify program for all employees hired on or after the date of registration on the Department of Homeland Security website http://www.dhs.gov/e-veriy by providing the Memorandum of Understanding electronic signature page with date of registration and company ID number and this E-Verify Certification form. In the case of Consultants, this includes obtaining written certification from all subConsultants who will participate in the performance of the contract. The certification below has been prepared for all County vendors and Consultants to use for this purpose. All subConsultant certifications must be kept on file with the contract vendor and made available to the state and/or County upon request.

CERTIFICATION

I certify that the company shown below is in compliance with the above statement and that I am authorized to sign on its behalf.

Pond Name of Company:

Authorized signature: - � eD Printed name & Title: ---Pam----� �------uman Resources------3500 Parkway Lane, Suite 500, Peachtree Corners, GA 30092 Address: ------April 25, 2018 Date: ------678.336. 7740 Telephone Number: [email protected] E-mail address: ------

Sumter County reserves the right to determine how it will respond to any instances of non-compliance or false certification of compliance. Potential County actions include, but are not limited to, cancellation of the contract and/or suspending or debarring the contract vendor from performing services in any aspect to the County.

Please send the completed form to the Purchasing Division, 7375 Powell Road, Wildwood, FL 34785, or fax the form to (352)-689-4401. Once the form is received by the Purchasing Division, the completed form will remain on file according to the Sumter County Retention Policy.

Please contact the Purchasing Division at 352-689-4400 with questions regarding this requirement.

This document must be completed and returned with your Submittal. Company ID Number: 175046

THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS

ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Pond & Company (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify.

E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts.

ARTICLE II RESPONSIBILITIES

A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system:

a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes.

3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify.

Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual.

5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases.

a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions:

a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9.

8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures.

a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly

Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability.

10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize.

11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU.

12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge.

13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

(including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline).

14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).

15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes.

16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at [email protected]. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify.

17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties.

18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046 reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify.

19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false.

20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS.

21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify.

22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU.

B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors.

2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify.

a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later.

Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with

Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements.

C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database.

2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401).

3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer.

4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer.

Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218.

D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU:

a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process.

3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify.

4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials.

5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice.

6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify.

7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements.

8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry.

9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions.

ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS

A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending.

2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation.

3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so.

4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary.

5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates.

6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA.

B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending.

2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation.

3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation.

4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the

Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days.

5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally.

6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by:

a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch.

8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary.

9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates.

ARTICLE IV SERVICE PROVISIONS

A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access.

ARTICLE V MODIFICATION AND TERMINATION

A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties.

2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties.

2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business.

3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees.

4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify.

ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218.

Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

Approved by:

Employer Pond & Company

Name (Please Type or Print) Title Pam C Gower

Signature Date

Electronically Signed 12/31/2008

Department of Homeland Security – Verification Division

Name (Please Type or Print) Title USCIS Verification Division

Signature Date

Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13

Company ID Number: 175046

Information Required for the E-Verify Program

Information relating to your Company:

Pond & Company Company Name

3500 Parkway Lane Suite 500 Peachtree Corners, GA 30092 Company Facility Address

Company Alternate Address

County or Parish GWINNETT

Employer Identification Number 581639128

North American Industry 541 Classification Systems Code Pond & Company Parent Company

Number of Employees 100 to 499

Number of Sites Verified for 18

Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 175046

Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State:

ALABAMA 2 site(s) ARIZONA 1 site(s) COLORADO FLORIDA 3 site(s) GEORGIA ILLINOIS LOUISIANA SOUTH CAROLINA TEXAS 4 site(s) VIRGINIA

Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 175046

Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Pam C Gower Phone Number (678) 336 - 7740 Fax Number (678) 336 - 7744 Email Address [email protected]

Christopher A Scott

[email protected]

Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 175046

Page intentionally left blank

Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 9. Anti-Collusion Statement 9. Anti-Collusion Statement Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

ANTI-COLLUSION STATEMENT

By signing: this form, the vendor agrees that this quote is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a quote for the same purpose and that the quote is in all respects fair and without collusion or fraud,

IT IS AGREED BY THE UNDERSIGNED VENDOR. THAT THE SIGNING AND DELIVERY OF THE QUOTE REPRESENTS THE VENDOR'S ACCEPTANCE. OF THE TERMS AND CONDITIONS OF THE FORGOING SPECIFICATIONS AND PROVISIONS, AND IF AWARDED, THIS CONTRACT WILL REPRESENT THE AGREEMENT BETWEEN THE VENDOR AND THE SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS

NAME OF FIRM: Pond & Company (Pond)

[Sign in ink in the space provided below]

SIGNED BY: TITLE: ______Vice President of Architecture ADDRESS: 10199 Southside Blvd, Suite 103

CITY & STATE: ______Jacksonville, FL 32256

TELEPHONE: ______904.543.0400

No quotes will be withdrawn for a period of sixty (60) days subsequent to the opening of the quotes, without the consent of the Board of County Commissioners.

NO QUOTE (Reason):

This document must be completed and returned with your Submittal. 10. Statement of Public Entity Crimes 10. Statement of Public Entity Crimes 10. Statement of Public Sumter County Board of County Commissioners - RFQ #014-0-2018/RS

STATEMENT OF PUBLIC ENTITY CRIMES

This is a swornstatement under Section 287.133(3)(a), Florida Statutes, on public entity crimes and must be signed in the presence of a notary public or other officer authorized to administer oaths.

1. This sworn statement is submitted with Bid, Qualification Package or Contract No. 014-0-2018/RS for Architectural & Engineering Services for West Wildwood Fire Station

2. This swornstatement is submitted by ------=--P-"'o'-'-nd::::....::&"-C=o-'--'m-"'p::,:a"'"n'-'y---'(_,_P__:::o-'--'n-"'dL)______(Name of entity submitting sworn statement) whose business address is: 10199 Southside Blvd. Suite 103 • Jacksonville. FL 32256

Its Federal Employer Identification Number (FEIN) is 58-1639128 . (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ______.)

3. I understand that a Public Entity Crime as defined in Paragraph 287.133(l)(g), Florida Statutes, is a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other State or with the United States, including, but not limited to, any bid, RFQ, reply or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

4. I understand that convicted or conviction as defined in Paragraph 286.133(1 )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any Federal or State trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjmy trial or entiy of a plea of guilty or nolo contendere.

5. I understand that an affiliate as defined in Paragraph287.133 (l)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity or crime; or

(b) An entity under the control of a natural person who is active i:n the management of the entity and who has been convicted of a public entity crime. Affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a conti·olling interest in another person, or a pooling of equipment or income among persons when not forfair market value under an arm's length agreement, shall be a

11. Statement of “No RFQ Submission” 11. Statement of “No RFQ RFQ 11. Statement of “No Submission” Sumter County Board of County Commissioners – RFQ #014-0-2018/RS

STATEMENT OF “NO RFQ SUBMISSION” RFQ 014-0-2018/RS SUMTER COUNTY ARCHITECTURAL & ENGINEERING SERVICES FOR WEST WILDWOOD FIRE STATION If you do not intend to submit a RFQ for this project, please complete and return this form prior to date shown for receipt of RFQ’s to: Sumter County BOCC, 7375 Powell Road, Wildwood, Florida 34785. Attn: Mrs. Becky Segrest

We, the undersigned, have declined to submit an RFQ for your RFQ 014-0-2018/RS SUMTER COUNTY ARCHITECTURAL & ENGINEERING SERVICES FOR WEST WILDWOOD FIRE STATION for the following reasons:

Specifications are too “tight”, i.e. geared toward one brand or manufacturer only ______(please explain reason below)

______Insufficient time to respond to Request for Qualification.

______We do not offer this product/s or equivalent.

______Remove us from your vendor’s list for this commodity or service.

______Our product schedule would not permit us to perform to specifications.

______Unable to meet specifications.

______Unable to meet insurance requirements.

______Specifications unclear (please explain below).

______Competition restricted by pre-approved owner standards.

______Other (please specify below or attach a separate sheet).

Remarks:

“We understand that if this “No RFQ Submission" letter is not executed and returned, our name may be deleted from the list of qualified proposers for the owner for future projects or commodities.” Company Name: ______Pond & Company (Pond) ______Address: ______10199 Southside Blvd, Suite 103., Jacksonville, FL 32256 ______

Signature and Title: ______| Vice President of Architecture

Telephone Number ______904.543.0400 ______Date ______5.10.18 12. Conflict of Interest 12. Conflict of Interest 12. Conflict of Interest Form Disclosure 5.7.18 13. Certificate of Insurability 13. Certificate of Insurability 13. Certificate of Insurability DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 5/2/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Beth Richardson NAME: Risk Strategies Company PHONE 678-690-5991 FAX 678-690-5992 (A/C, No, Ext): (A/C, No): 1255 Lakes Parkway E-MAIL [email protected] ADDRESS: #105 INSURER(S) AFFORDING COVERAGE NAIC #

Lawrenceville GA 30043 INSURER A :Phoenix Insurance Co 25623

INSURED INSURER B :Trav Prop & Cas Co Of America 25674

Pond & Company, Inc. INSURER C :The Travelers Indemnity Co 25658

3500 Parkway Lane INSURER D :Berkley Insurance Company 32603

Suite 600 INSURER E :

Norcross GA 30092 INSURER F : COVERAGES CERTIFICATE NUMBER:CL185163256 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE $ 1,000,000 DAMAGE TO RENTED 1,000,000 A CLAIMS-MADE X OCCUR PREMISES (Ea occurrence) $ X 6809H707023 5/1/2018 5/1/2019 MED EXP (Any one person) $ 10,000

PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X PRO- 2,000,000 POLICY JECT LOC PRODUCTS - COMP/OP AGG $ OTHER: CGL $ COMBINED SINGLE LIMIT 1,000,000 AUTOMOBILE LIABILITY (Ea accident) $ X BODILY INJURY (Per person) $ B ANY AUTO ALL OWNED SCHEDULED BA2008L852 5/1/2018 5/1/2019 BODILY INJURY (Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) Medical payments $ 5,000

X UMBRELLA LIAB X OCCUR EACHOCCURRENCE $ 10,000,000 C EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED X RETENTION $ 10,000 X CUP6E546439 5/1/2018 5/1/2019 $ WORKERS COMPENSATION PER OTH- X STATUTE ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? Y N / A B (Mandatory in NH) Y UB-4K71804A 5/1/2018 5/1/2019 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000

D Professional Liability AEC-9017618-02 11/12/2017 11/12/2018 Per Claim $10,000,000

Annual Aggregate $10,000,000

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Sumter County A/E Services for West Wildwood Fire Station. Sumter County Board of County Commissioners, BOCC and Owners, Lessees or Consultants are included as an Additional insured as respects to the General Liability and Umbrella Liability, Waiver of Subrogation applies to Workers Compensation.

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Sumter County Board of County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Attention: Purchasing Division 7375 Powell Road AUTHORIZED REPRESENTATIVE Wildwood, FL 34785 Michael Christian/BER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 14. Resumes of Key Personnel 14. Resumes of Key Personnel Project Team

PROJECT TEAM Pond will provide comprehensive architecture and engineering design services for the West Wildwood Fire Station.

PRINCIPAL-IN-CHARGE

Mark Levine, FAIA, NCARB, QUALITY ASSURANCE LEED AP QUALITY CONTROL Mike Dennison, AIA

PROGRAM MANAGER PROJECT MANAGER

Allan Iosue, PLA, LEED AP Primary Contact BD+C Orlando Harris, AIA, LEED AP

ARCHITECTURE

Fire Service Programming Landscape Architecture Fire Alarm/Suppression Matthew Cash, AIA, NCARB Marty Child, PLA Brandon Hofstead, PE

Architecture/Interior Design Structural Engineering Voice/Data/Security Quang Lam, AIA, IIDA, NCARB Mark Hanselman, PE, SE Karl Zimmerman, PE, CEM, RCDD, LEED AP Architectural Support Mechanical Engineering Robert Lopez Mike Fox, PE Cost Estimating Julian Ramirez Architectural Support Electrical Engineering Mark Tran Tom Higgins, PE

CIVIL GEOTECHNICAL SURVEY ENVIRONMENTAL FOOD SERVICES Kimely-Horn and Meskel & Associates JCH Consulting Breedlove, Dennis & LGM Design Group Associates, Inc. Engineering Group, Inc. Associates, Inc. Richard Busche, PE Antoinette Meskel, PE Christopher J. Howson W. Jerrrey Pardue, CEP, Gordon MacDonnell Nicholas Mora, PE Brett H. Harbison, PE Adam Busscher MS, MBA Robby Price Amber Gartner, PE Jennifer L. Rosinkski, Ph.D, PWS

Sumter County A/E Services for West Wildwood Fire Station 1 RFQ#014-0-2018/RS Project Team

MARK LEVINE, FAIA, NCARB, LEED AP Principal-in-Charge

Education: Professional Registrations: BS, Architecture, University of New Registered Architect, FL #96701 Mexico National Council of Architectural Registration Board LEED Accredited Professional

Mark is Pond’s Vice President of Architecture with over 31 years of award winning design experience. His portfolio includes design and management of a broad spectrum of project types ranging from municipal public safety to facilities that support advanced technology and research. As Principal-in-Charge, Mark will ensure the Pond Team has all the required resources to provide a first-class fire station for Sumter County. He will attend project design meetings, perform reviews on the deliverables and attend to all contractual obligations. PROJECT EXPERIENCE Marietta Fire Station #56, Marietta, GA campus security functions into a singular location. The Principal-in-Charge - This new fire station will consist of new 30,000 sf building will allow the Georgia Tech Police administration space and apparatus bay space, three 16’ Department to consolidate and create new technologically- wide bays, and will be approximately 8,600 sf. There will be advanced spaces and take advantage of modern-day an office, open dorm, training room, day room and other workplace solutions to enhance their impact without service spaces within the administration area. The master significantly increasing their space footprint. This facility will plan for future site development includes conceptual replace obsolete police facilities, consolidate the units into programming for Public Safety Training Facilities and one location, and modernize police functions. support operations. Gwinnett County Juvenile Court Expansion, Clayton County Police Precinct, Riverdale, GA Lawrenceville, GA Principal-in-Charge - This new precinct is a one story, Principal-in-Charge - The Project consisted of the build 7,300 sf facility that will include state-of-the-art, energy out of a section of the fourth floor of the Gwinnett County efficient building systems and secured parking. This Courts Annex in Lawrenceville, Georgia for the District precinct is being designed to assure the best possible level Attorney’s Office and the Division of Family and Children’s of security and force protection. Force protection as well Services. Additionally a portion of the third floor was as building protection from weather events was a major demolished for a new waiting room for Court attendees. topic in programming. The building envelope is designed The project included the tenant build-out of 9,060 sf and as a solid exterior wall with secure areas for interaction with the selective demolition of 2,930 sf of interior office space. the public. The facility will be equipped with emergency Dekalb County District 5, Senior Center Study, generator backup of critical systems, including light, power, Lithonia, GA communications and HVAC. Secure walls, key-card entry Principal-in-Charge - Pond was retained to prepare a systems, training spaces, fitness room and community Study for the new District 5 DeKalb County Senior Center. room, among other design features, are included in the The Study scope of work included site review, investigation, program. user group meetings and programming. The scope of work, which included research and field studies, was used Public Safety Training Complex, Atlanta, GA to develop a narrative, building program, conceptual site Principal-in-Charge - Pond is developing a concept for a layouts, preliminary cost estimate and a study report. A new Public Safety Training Center campus to be situated major portion of the Study was with regards to site feasibility on 350 acres. The primary uses will include: police, fire to determine a location for the new facility. services, corrections, 911/EOC and other departments. The vision of this project is to provide a national, state-of- City of Albuquerque Fire Stations, Albuquerque, NP* the-art public safety training center campus with vision to Project Manager - This project consisted o five facilities for future technologies, instill pride in recruits and trainees, the City of Albuquerque Fire Department spanning 14 years. public safety continuing education, and showcase the city The projects included apparatus bay additions, freestanding public safety and law enforcement. stations, a fire marshals office, and various renovations to expand and improve the living quarters for the crews. Most Police Campus Safety Building, Georgia Institute of projects included submittals and approvals by the City of Technology, Atlanta, GA Albuquerque Environmental Planning Commission. Principal-in-Charge - Pond was selected by Georgia Tech to help address growing student safety concerns with an exciting new project that will consolidate the hub of all *Prior Experience Sumter County A/E Services for West Wildwood Fire Station 2 RFQ#014-0-2018/RS Project Team

ALLAN IOSUE, PLA, LEED AP BD+C Program Manager

Education: Professional Registrations: BS, Landscape Architecture, SUNY Registered Landscape Architect, College of Environmental Science and FL #6666834 Forestry

Allan has over 20 years of experience in Landscape Architecture, Planning, Site Design, Project Management and Public Involvement. Currently, he manages the Transportation and Community Development practice in Florida and serves as Project Manager on a number of state and municipal projects. He is a member of the Jacksonville Chamber’s JAX Alliance Transportation Committee, Board member of the Transportation and Logistics Council Jacksonville Chamber of Commerce, USGBC, ASHE, FICE and the current Chair for the Context Sensitive Streets Standards Committee for the City of Jacksonville. He has a passion for bringing consensus to all parties involved and relaying information in a fashion that is understandable and relatable to all interested stakeholders.

PROJECT EXPERIENCE Jacksonville Regional Transportation Center (JRTC), the native communities and is ADA accessible. Pond also Jacksonville, FL provided Post Design services including shop drawing Public Involvement - The focus of this project for the review, RFI review, and site inspections. Jacksonville Transportation Authority (JTA) is to create a Dunns Creek State Park, Putnam County, FL transportation hub as an origin and destination to Downtown Project Manager - Pond provided planning, engineering, Jacksonvill with quick connections to other parts of the city architecture and landscape architecture services for like the airport, as well as to spur economic growth in the significant improvements and modifications at Dunn’s La Villa area of Jacksonville. The Pond Team concentrated Creek State Park. The area within the park called Piney on creating a mixed-use urban plaza in its design with a Bluff Landing Day Use Area lies on the east side of the complete streets approach and focus. The architectural park provides a nearly 360 degree scenic view of a bend design services for the JRTC includes an Intercity Bus in Dunn’s Creek, but amenities only consisted of a few Terminal, Pedestrian Bridge crossing at West Forsyth picnic tables, porta potty and information kiosk. As part Street, a new multi-story JTA Administrative Headquarters, of planned improvements for the area frequently used by 22-bay bus transfer station and Intercity Bus Terminal boaters and fishermen, the day use area was upgraded to with direct connection to the existing adjacent Skyway include a stabilized parking area, vaulted restroom facility, Convention Center Station, JTA Bus Transfer Station, and kayak/canoe launch and fishing platform. improvements to the city-owned parcel east of the JTA Administration Building. Hastings Trailhead, FDOT District 2, St. Johns County, FL Mission Support Group Complex, Bossier City, LA Project Manager - Pond provided planning, engineering, Landscape Architect - The program for the new $24M architecture and landscape architecture for a new trailhead Mission Support Group facility called for the design of and connecting trail on a 6-acre natural site in St. Johns a 3 story administrative building with an overall gross County, FL. The site was approximately 75% wetlands and area of 85,433 sf. This building includes command and contained a state water creek dividing the property. Site control areas and administrative functions, conference elements provided included a new lighted parking area, areas, classrooms, break out areas and workspace for 15 bathroom building, trail, associated drainage facilities, traffic functional units. The exterior of the facility will complement control design, and aesthetic features such as landscaping and blend with the adjacent buildings in the Community and ornamental fencing. Area of Barksdale AFB while looking toward the future. SR 18 Trail and Trailhead, FDOT District 2, Bradford Colt Creek State Park, Lakeland, FL County ,FL Project Manager - Pond provided site planning, civil Project Manager - This project consists of a 6 mile engineering, architecture and landscape architecture long asphalt trail within a current Florida Department of services for this 70-site campground facility in Polk County, Transportation (FDEP) “rails to trail” corridor. The current FL at the southern end of the Green Swamp. Site facilities FDEP unpaved trail starts at SR 100 and terminates at a include two restroom and shower buildings, parking, trailhead in the Town of Hampton. The trail will be a 12’ stormwater, RV and tent camping sites, playground, self- wide paved trail with 2 new pedestrian bridges. The contained septic treatment facility, and a fire protection Trailhead will consist of a paved parking area, a trailhead system. The site was designed to have minimal impact to kiosk, and connection walks to the trail.

Sumter County A/E Services for West Wildwood Fire Station 3 RFQ#014-0-2018/RS Project Team

ORLANDO HARRIS, AIA, LEED AP Project Manager

Education: Professional Registrations: MS, Architecture, Florida A&M University Registered Architect, FL #95073 BS, Architecture, Florida A&M University LEED Accredited Professional

Orlando has over 23 years of experience in architecture and has worked on projects with differing project delivery methods. He has experience in managing various project types from conceptual design through construction. Orlando’s facility experience includes municipal, commercial, institutional, transportation and education projects. As Project Manager, Orlando will be Sumter County’s primary Point of Contact. He will utilize his 20+ years of experience to guide the A/E team in developing a low maintenance and durable fire station to preserve the County’s funds. Orlando will monitor the workload, review documents, and coordinate all QA/QC reviews. PROJECT EXPERIENCE Westover Air Force Reserve Base Fire Station, NAS Kingsville Hangar, Kingsville, TX Chicopee, MA Project Manager - This project consisted of the repair of the Project Manager - This project included renovations to an 106,800 sf Aircraft Maintenance Hangar Building 3757. The existing 21,000 sf Fire Station and the addition of a 4,400 scope of work included the replacement of various building sf extension of the existing apparatus bays at Westover Air systems and assemblies such as the roofing system, the Force Reserve base in Chicopee, MA. Project renovations HVAC system, fire protection systems, plumbing upgrades, included a replacement in kind of the interior finishes, new new electrical feeder, AT/FP upgrades, and finishes in a HVAC system, and replacement of all existing light fixtures facility that was to remain operational during the course of with LED lighting in the administrative and sleeping quarters the construction. (11,000 sf). The new addition (4,400 sf) is a 5-bay extension Construct Base Supply Administration B4010, Maryland of the existing vehicle apparatus bays to accommodate Air National Guard, MD new fire fighting vehicles, as well as accommodate existing Architect - The 175th Wing requires properly sized, energy vehicles currently housed in other locations on base. efficient, and adequately configured space for the storage Extension of the Central/Main Fire Station Building of supplies and equipment in support of one aircraft flying 1210, Marine Corps Logistics Base, squadron and the supporting ECS force structure. The Albany, GA base uses 3 facilities for Logistics Resources Storage( Architect - This project included an addition of LRS). B1110 is scheduled to be renovated to support a approximately 1,000 sf onto the front of the existing main maintenance mission and B1120 is scheduled to be demo fire station to provide accommodations for the larger fire with a separate SRM project. The LRS commander is truck equipment already acquired by the base. The addition currently located across the base from his squadron was approximately 20 ft in depth and two bays wide. The personel due to not having office space within the facilities. addition was designed with load-bearing concrete masonry Puerto Rico Air National Guard, Repair Vehicle units with utility brick veneer and concrete ‘eyebrows’ to Maintenance Buildings 6 & 14, Muniz Air National Guard match the appearance of the existing building. Base Manatee County Fleet Transit Facility, Architect - This project consisted of a complete renovation Manatee County, FL of Buildings 6 and 14, constructed in 1956 and 1963 Architect - This project was a FTA Tiger 2 Grant-funded respectfully. First major renovation of the facilities included project representing the first $12.2M phase of a $30M 23- converting the first floor office spaces into shop space, acre complex for Manatee County and Manatee County replacing jalousie windows with weather tight windows and Area Transit that included new administrative, operations storm shutter system, and all new electrical, mechanical, and maintenance buildings, support facilities, fuel island, communications and fire protection systems. This project bus wash and recycling system and secure bus yard. Pond also included the replacement of the aging and rapidly and JNZ are jointly-providing full project management, deteriorating roof system, providing drop down air and architectural, fueling engineering and interior design electrical supply, providing men’s and women’s restrooms services for the project. to meet current size and ADA compliance standards, and relocating existing fencing to realign the parking yard and resurfacing the parking yard.

Sumter County A/E Services for West Wildwood Fire Station 4 RFQ#014-0-2018/RS Project Team

MIKE DENNISON, AIA QA/QC Manager

Education: Professional Registrations: AA, Florida Community College at Registered Architect, TX Jacksonville Professional Affiliations American Institute of Architects

Mike has over 36 years of professional experience in all phases of Architecture. He is knowledgeable in code research, design development, construction document production, specifications, and construction administration. He has extensive project experience with various types of facilities including fire station and maintenance facilities. Dennison is particularly experienced in renovations, remodeling, and challenging forensic diagnostics for building envelope, water infiltration and roofing projects.With many years as an Architect, Mike has first hand experience in guiding the QA/QC process for Sumter County. Mike will apply Pond’s rigorous Quality Program to build a quality set of documents.

PROJECT EXPERIENCE Westover Air Force Reserve Base Fire Station, Combined Arms Collective Training Facility (CACTF), Chicopee, MA Florida Army National Guard, Jacksonville, FL QA/QC - This project included renovations to an existing Project Architect - This project includes design services for 21,000 sf Fire Station and the addition of a 4,400 sf the upgrade and expansion of the existing Military Operations extension of the existing apparatus bays at Westover Air on Urbanized Terrain (MOUT) Facility into a CACTF. The project Force Reserve base in Chicopee, MA. Project renovations will include the adaptive reuse of the existing 19 buildings included a replacement in kind of the interior finishes, new and retrofit of eight of these buildings with power and data HVAC system, and replacement of all existing light fixtures for new targetry, cameras and instrumentation to provide with LED lighting in the administrative and sleeping quarters proper force-on-force training for Battalion/Task Force sized (11,000 sf). The new addition (4,400 sf) is a 5-bay extension units. The design also provides for the construction of 18 new of the existing vehicle apparatus bays to accommodate buildings to the MOUT to create a full CACTF. The complete new fire fighting vehicles, as well as accommodate existing facility will include a Range Operations Control/After Action vehicles currently housed in other locations on base. Review Building (ROC/AAR), a new operations and storage Extension of the Central/Main Fire Station Building building, enclosed bleachers & covered mess building, and 1210, Marine Corps Logistics Base, a new wet latrine integrated into the ROC/AAR floor plan. Albany, GA Manatee County Fleet Transit Facility, Project Manager/Project Architect - This project Manatee County, FL included an addition of approximately 1,000 sf onto the front Architect - This project was a FTA Tiger 2 Grant-funded of the existing main fire station to provide accommodations project representing the first $12.2M phase of a $30M 23- for the larger fire truck equipment already acquired by acre complex for Manatee County and Manatee County the base. The addition was approximately 20 ft in depth Area Transit that includes new Administrative, Operations and two bays wide. The addition was designed with load- and Maintenance buildings, support facilities, fuel island, bearing concrete masonry units with utility brick veneer bus wash and recycling system and secure bus yard. Pond and concrete ‘eyebrows’ to match the appearance of the and Company and JNZ are jointly-providing full project existing building. management, architectural, fueling engineering and interior Urban Assault Course, Florida Army National Guard, design services for the project. MDG, as sub-consultant, is Jacksonville, FL providing full maintenance equipment design services for Project Architect - The Urban Assault Course (UAC) is this project. used to train individual soldiers, squads, and platoons on Vehicle A/C Maintenance Facility, Marine Corps tasks necessary to operate within a built-up/urban area. It Logistics Base, Albany, GA provides squad or platoon-sized units with a facility to train Project Manager/Project Architect - This project and evaluate urban operations tasks. With the exception of involved the design of a new, pre-engineered metal building Station 3 (Grenadier Gunnery), the UAC is not intended for live- for the repair of air conditioning systems for various sizes fire training. Station 3 is designed to support 40-mm TP and of military vehicles. The facility included six service bays 5.56-mm service ammunition. Project components included: with motor operated overhead rolling doors, a full wet-pipe live fire training, multiple firing positions & training scenarios, sprinkler system, connection to the base’s industrial waste training classroom, firing range with control tower, restrooms facility, gas infrared heaters, fire alarm and mass notification & storage, multiple tactical assault training buildings, and a systems. live fire range that does not negatively impact adjacent training facilities. Sumter County A/E Services for West Wildwood Fire Station 5 RFQ#014-0-2018/RS Project Team

MATTHEW CASH, AIA, NCARB Fire Services Programming

Education: Professional Registrations: BS, Architecture, Southern Polotechnic Registered Architect, GA #015166 State University National Council Architectural Registration Board

Matthew has over 15 years of diverse municipal and county design experience in the architecture industry. His focus has been on planning and concepts for fire services projects. Matthew has been involved in project management and all aspects of design, including site investigations, programming, design development, construction documents and construction administration. This experience enables Matthew to apply innovative design to your project.

PROJECT EXPERIENCE Marietta Fire Station #56, Marietta, GA gateway to the campus northwest sector. This facility will Project Manager - This new fire station consists of replace obsolete police facilities, consolidate the units into administration space and apparatus bay space, three bays, one location, and modernize police functions. and will be approximately 8,600 SF. There will be an office, Addition and Repair of Base Fire Station, Quonset Air open dorm, training room, day room and other service National Guard Station, RI spaces within the administration area. The master plan for Architect - The existing Base Fire Station was built in 1981 future site development includes conceptual programming and provides emergency medical and fire fighting forces for Public Safety Training Facilities and support operations. for the Quonset Air National Guard facilities as well as the Cherokee County Fire Training Center, Holly Springs, GA runways of the 143rd Airlift Wing of the Rhode Island Air Phase/task Manager - This project consisted of a National Guard. The fire station was too small to provide complete master plan and design for the full build out of the the requirements of a modern fire/crash/rescue station. 14.2 acre site that includes a new two story fire training burn Pond provided concept design, design development, building and a new four story fire training tower, apparatus construction documents and construction services for staging building with three apparatus bays, physical fitness the renovation and addition to the Base Fire Station. The and exercise center, locker rooms and shower facilities, an design renovated 8,239 sf as well as provided a 7,000 sf exterior covered classroom area, storage building for hay addition. The renovation included modern training room, bales, wooden pallets and other “burn” materials, and a testing room, administrative offices, kitchen, dining room, drafting area for truck training. dayroom, bunkrooms and lockers. Catoosa County Fire Station No.3, Ringgold, GA Forsyth County Jail and Courthouse, Cumming, GA Project Manager - Pond developed a concept for Catoosa Architect - Pond was selected as part of a multi firm County Fire Station No. 3. This project included the design team of engineers for the new detention center demolition of the existing fire station and provided design- in conjunction with the new courthouse. The new jail build services for a new fire station at the same location. facility is designed to be organized in two sections with The design includes three apparatus bays, dormitories, administration and jail support located on three levels of the fitness & exercise room, storage, office space, dayroom, building. The building management, warehouse, kitchen, laundry room, men’s and women’s locker rooms, kitchen, laundry, and mechanical equipment areas are located on covered patio, and fuel tank storage area. basement level. Public, staff, and intake services will be located above at street level. Staff administrative support, Campus Safety Building, Georgia Institute of Medical, and Programs will be on the second level above Technology, Atlanta, GA the public entry. The Housing is located on four levels, with Architect - Pond was selected by Georgia Tech to help recreation yards overlooking the existing jail. On the third address growing student safety concerns with an exciting level is a 128-bed maximum security housing organized new project that will consolidate the hub of all campus around an indirect control room. security functions into a singular location. The new 30,000 sf building will allow the Georgia Tech Police Department to consolidate and create new technologically-advanced spaces and take advantage of modern-day workplace solutions to enhance their impact without significantly increasing their space footprint. The project is a new

Sumter County A/E Services for West Wildwood Fire Station 6 RFQ#014-0-2018/RS Project Team

ROBERT LOPEZ MARK TRAN Architectural Support Architectural Support

Education: BS, Environmental Education: Professional Design, University MS, Architecture, BA, Architecture, Affiliations: of Puerto Rico University of Puerto University of Associate AIA School of Rico School of Minnesota Architecture Architecture

Robert has more than 20 years of experience working Mark has over 10 years of experience assisting Architects in the production of architectural drawings throughout and Project Managers during the development of the site schematic, design development and construction phases. His primary responsibilities are design, construction and building design. His projects as a Job Captain/Project documents production, coordination between architectural Lead include a 130,000 sf fitness facility, 10-story hotel, and engineering disciplines and quality control. Robert’s and a center dedicated to battered women. Other notable work experience includes the creation of architectural plans project types he has teamed on include fire stations, ice for both military and civilian clients. Some of these projects arenas, mixed-use retail and condo and restaurants. In are related to Transportation, Education, Institutional and addition to his architectural background, Mark served over Mixed-Use High Density projects. 14 years in the military as a platoon leader.

PROJECT EXPERIENCE PROJECT EXPERIENCE Westover Air Force Reserve Base Fire Station, Elk River Fire Station #1, Ambulatory Addition, Chicopee, MA Elk River, MN* Architectural Support - This project included renovations Architectural Support - This addition was fabricated from to an existing 21,000 sf Fire Station and the addition of concrete and steel and unified to the existing fire station a 4,400 sf extension of the existing apparatus bays at building with matching detail elements and exterior bricks. Westover Air Force Reserve base in Chicopee, MA. The The design featured 14,370 sf of additional desired spaces project renovations is a replacement in kind of the interior that the existing building did not provide such as, two finishes, new HVAC system, and replacement of all existing ambulance apparatus bays, several more office rooms, light fixtures with LED lighting in the Administrative and and a break room. Sleeping Quarters (11,000 sf). The new addition (4,400 Skilled Nursing Facility at Penney Retirement sf) is a 5-bay extension of the existing vehicle apparatus Community, Design-Build, Jacksonville, FL bays to accommodate new fire fighting vehicles, as well as Architectural Support - Penney Retirement Community, accommodate existing vehicles currently housed in other has commissioned Pond to design their new 50 Bed locations on base. Skilled Nursing Facility to replace its 20-year-old existing Florida Department of Health, Hardy Building Re-Roof facility. The new facility consists of 38 Private Elder rooms Completion, Jacksonville, FL and 12 Private Elder Suites with a Jack and Jill style large Architectural Support - Under an IDIQ contract with shared restroom. 26 of the rooms are redesigned to provide the Florida Department of Health (FDOH). This project Medical Gas and accommodate more complex medical is currently ongoing and includes preliminary design, care. The Facility also has its own large commercial kitchen, specs, construction documents & construction contract elegant dining room, activity room, a community chapel, administration services for the roof renovations for the nursing stations, med prep rooms, laundry facilities, and Hardy Building. associated additional sitting areas, dens, staff and support Florida Department of Health, Porter Annex Elevator, areas. Jacksonville, FL Jacksonville Regional Transportation Center, JRTC) Architectural Support - Under an IDIQ contract with Jacksonville, FL the Florida Department of Health (FDOH). This project is Architectural Support - Pond, through its JV with currently ongoing and includes design services for the Michael Baker, is providing full-service architecture and Porter Annex Elevator modernization. engineering services for this iconic world-class facility that Florida Department of Health, Porter Annex Building will serve Jacksonville and its surrounding communities. Re-roofing and Exterior Facade Resotration, The architectural design services for the JRTC include Jacksonville, FL an Intercity Bus Terminal, Pedestrian Bridge crossing at Architectural Support - Under an IDIQ contract with the West Forsyth Street, the JTA Administrative Building, Florida Department of Health (FDOH), Pond performed a improvements to the Skyway Convention Center Station, forensic assessment of the roof and exterior envelope of JTA Bus Transfer Station, and improvements to the city- the building. owned parcel east of the JTA Administration Building. *Prior Experience Sumter County A/E Services for West Wildwood Fire Station 7 RFQ#014-0-2018/RS Project Team

MARK HANSELMAN, PE, SE MIKE FOX, PE, LEED AP BD+C Structural Engineer Mechanical Engineer

Education: Professional Education: Professional MS, Civil Registrations: BS, Mechanical Registrations: Engineering, Professional Engineering Professional University of Engineering, FL Technology, Engineer, GA Michigan | BS, #77117 Southern #039944 Civil Engineering, Structural Engineer, Southern Illinois Polytechnic State LEED Accredited IL University University Professional

Mark has been a structural engineer for 11 years and Mike has 9 years of mechanical engineering experience. has a range of experience with many types of structures, His responsibilities include site investigation, design, including the design of new buildings and facilities, design equipment selection, and construction administration of structural modifications, evaluations of deteriorated services. His unique array of experience brings insight from structures and the design of associated repairs. He has several highly devolved fields including laboratories, health also served as a quality control inspector of concrete care, sterilization, high education, and pharmaceutical precast plants. He is a member of Structural Engineers design. His experience has involved him in a wide variety Association of Georgia. of HVAC, plumbing, and specialized piping systems. PROJECT EXPERIENCE PROJECT EXPERIENCE Georgia Institute of Technology, Campus Safety Facility, Georgia Institute of Technology, Campus Safety Facility, Atlanta, GA Atlanta, GA Structural Engineer - Pond was selected by Georgia Tech Lead Mechanical Engineer - Pond was selected by to help address growing student safety concerns with an Georgia Tech to help address growing student safety exciting new project that will consolidate the hub of all concerns with an exciting new project that will consolidate campus security functions into a singular location. The the hub of all campus security functions into a singular new 30,000 sf building will allow the Georgia Tech Police location. The new 30,000 sf building will allow the GTPD Department to consolidate and create new technologically- to consolidate and create new technologically-advanced advanced spaces and take advantage of modern-day spaces and take advantage of modern-day workplace workplace solutions to enhance their impact without solutions to enhance their impact without significantly significantly increasing their space footprint. This facility will increasing their space footprint. The project will also be a replace obsolete police facilities, consolidate the units into new gateway to the campus northwest sector. This facility one location, and modernize police functions. will replace obsolete police facilities, consolidate the units into one location, and modernize police functions. Florida Air National Guard, Repair Squadron Operations and Mobility Processing Building #1005, Jacksonville, FL Repair of Hangar and Administration Area, Building Structural Engineer - The design team worked closely 1001, Florida Air National Guard, Jacksonville, FL with the 125th Civil Engineering Squadron, 125th Fighter Mechanical Engineer - Pond provided full architectural, interior design and engineering services for the $2.6M Wing groups (Squadron Operations, Base Operations, renovation and modernization of the Administrative areas Command Post, Deployment, etc.), various support of Hangar Building 1001. The building was constructed functions at the Jacksonville Air National Guard Base and in 1968 and was not configured to support the current the National Guard Bureau (NGB) throughout the design mission and staffing levels. Interior design services process to make the project successful. Pond designed include the design of multiple offices, open office space the facility to provide operational levels at all times as the as well as demountable wall design for improved, flexible project is constructed in multiple phases. The project workspace configuration. Additional services to include the consists of repair and revitalization of 36,000 sf on the replacement of fire protection, mechanical and electrical interior of Building #1005 as well as a new 4,000 sf canopy. systems as well as the addition of an elevator. Repair of Hangar and Administration Area, Building Georgia World Congress Center Facility Assessment, 1001, Florida Air National Guard, Jacksonville, FL Atlanta, GA Structural Engineer - Mark provided structural engineering Deputy Project Manager/Lead Mechanical Engineer design for modifications to the hangar for the addition of The assessment provided comprehensive and detailed an elevator and other miscellaneous renovation designs schedule of all equipment, detailed listing of all preventive throughout the building. This $2.6M project required the maintenance equipment logs and systems, records of reconfiguration of the existing lateral load resisting system of non-destructive examination of the equipment, records of the hangar to make room for the new elevator. The elevator testing of equipment to validate preventative maintenance shaft was designed to be integral with the new steel lateral records, and comprehensive and detailed inspections of all system as a result of significant space constraints. main equipment systems.

Sumter County A/E Services for West Wildwood Fire Station 8 RFQ#014-0-2018/RS Project Team

TOM HIGGINS, PE, LEED AP BRANDON HOFSTEAD Electrical Engineer Fire Alarm/Fire Supression Engineer

Education: Professional Education: Professional BS, Electrical Registrations: MS, Fire Protection Registrations: Engineering Professional Engineering, Professional Technology, Engineering, GA University of Engineering, FL Southern #040534 Maryland | BS, #83797 Polytechnic State Mechanical University Engineering, Clarkson University

Tom is a leader in the electrical department with project Brandon has over 10 years of experience providing experience ranging from healthcare and sterilization building and life safety code consultation, fire protection facilities to aircraft hangars. His attention to detail and systems design, construction period oversight, means of timeliness makes him an asset to any project team. With a egress analysis, accessibility oversight, acceptance and strong desire to provide the best possible product, Tom is maintenance testing, and code equivalency documentation. continually striving to exceed expectations. He develops evacuation plans, building code plan review, contractor-prepared shop drawing reviews, protection PROJECT EXPERIENCE scheme design and preparation of code variances. His Georgia Institute of Technology, Campus Safety Facility, experience includes a myriad of building facility types; Atlanta, GA transit government, higher education, warehouse/storage, Electrical Engineer - Pond was selected by Georgia Tech office and hospitality. to help address growing student safety concerns with an exciting new project that will consolidate the hub of all PROJECT EXPERIENCE campus security functions into a singular location. The Westover Air Force Reserve Base Fire Station, new 30,000 sf building will allow the GTPD to consolidate Chicopee, MA and create new technologically-advanced spaces and take Fire Protection Engineer - This project included advantage of modern-day workplace solutions to enhance renovations to an existing 21,000 sf Fire Station and the their impact without significantly increasing their space addition of a 4,400 sf extension of the existing apparatus footprint. The project will also be a new gateway to the bays at Westover Air Force Reserve base in Chicopee, MA. campus northwest sector. This facility will replace obsolete Project renovations include: a replacement in kind of the police facilities, consolidate the units into one location, and interior finishes, new HVAC system, and replacement of all modernize police functions. existing light fixtures with LED lighting in the Administrative Repair Aircraft Maintenance Hangar 301 & 302, and Sleeping Quarters (11,000 sf). The new addition (4,400 Pennsylvania Air National Guard, Pittsburgh, PA sf) is a 5-bay extension of the existing vehicle apparatus Electrical Engineer - The project required the repair and bays to accommodate new fire fighting vehicles, as well as modernization of the interiors & exteriors for two KC-135 accommodate existing vehicles currently housed in other Aircraft Maintenance Hangars, Bldg 301 (52,000 sf) & Bldg locations on base. 302 (56,000 sf). Interior repair consists of renovation of all Rhode Island Air National Guard, Quonset Add/Repair Aircraft Maintenance, General Purpose Shops, Avionics, Base Fire Station, North Kingstown, RI ASE/AGE Equipment, Weapons System, Communications Fire Protection Engineer - This project included the and associated administrative offices; all corridors and renovation of 8,239 sf provided a 7,000 sf addition. The latrine/locker rooms, break and classroom areas. addition will consist of a new emergency control and dispatch Repair of Hangar and Administration Area, Building center with full view of the flight line, six new apparatus 1001, Florida Air National Guard, Jacksonville, FL bays sized for modern crash and rescue vehicles, storage Electrical Engineer - Pond provided full architectural, rooms for rescue equipment, and fire extinguisher and interior design and engineering services for the $2.6M SCBA maintenance space. The renovation will include a renovation and modernization of the Administrative areas modern training room, testing room, administrative offices, of Hangar Building 1001. The building was constructed kitchen, dining room, dayroom, bunkrooms and lockers. in 1968 and was not configured to support the current The project is slated for LEED Silver. mission and staffing levels. Interior design services Dobbins Air Force Base Fire Station, Marietta, GA include the design of multiple offices, open office space Fire Protection Engineer - This new fire station will as well as demountable wall design for improved, flexible improve reaction time, observation of the active runway workspace configuration. Additional services to include the and improve overall conditions for the firemen. The facility replacement of fire protection, mechanical and electrical will be located adjacent to the air traffic control tower at systems as well as the addition of an elevator. Dobbins AFB and will provide rapid access to respond to both aircraft and structure emergencies. It will house all the apparatuses for the fire department, protecting those investments from the weather. Sumter County A/E Services for West Wildwood Fire Station 9 RFQ#014-0-2018/RS Project Team

MARTY CHILD, PLA JULIAN RAMIREZ Landscape Architect Cost Estimator Education: Professional Education: BS, Civil BS, Landscape Registrations: MS, Construction Engineering, Architecture, Professional Engineering Pontificia University of Georgia Landscape Management, Universidad Architect, FL Georgia Institute of Javeriana #0001309 technology

Marty has 37 years of experience working on a variety Julian is an accomplished estimating and project controls of projects. His primary emphasis and experience is in professional, dedicated to contributing dynamic engineering landscape and hardscape design, roadway enhancement and research skills. He has construction experience as a design, project signage design, master land use plans, senior estimator, proposals manager, scheduler and field landscape lighting design, site master planning, and engineer. Julian is able to achieve goals effectively and recreation and amenities planning and design. Additionally, efficiently and is disciplined and focused on quality, detail, Marty’s has received extensive training through FES, FDOT and efficiency. and Red Vector.

PROJECT EXPERIENCE PROJECT EXPERIENCE Skilled Nursing Facility at Penney Retirement Marietta Fire Station #56, Marietta, GA Community, Design-Build, Jacksonville, FL Director of Pre-Construction - Scope of work includes Landscape Architect - Penney Retirement Community, site design and construction that addresses property a Continuing Care Retirement Community, located in access, vehicular circulation, storm water management and Penney Farms, Florida has commissioned Pond to design landscaping. The building scope of work will include final their new 50 Bed Skilled Nursing Facility to replace its programing, building design, permitting and construction. The master plan for future site development includes 20-year-old existing facility. The new facility consists of conceptual programming for Public Safety Training Facilities 38 Private Elder rooms and 12 Private Elder Suites with a and support operations. Jack and Jill style large shared restroom. 26 of the rooms are redesigned to provide Medical Gas and accommodate Cobb County Fire Station #18, Kennesaw, GA more complex medical care. The Facility also has its own Director of Pre-Construction - This project included large commercial kitchen, elegant dining room, activity the construction of a new one-story, 9,750 sf, three bay fire station that has a brick exterior, cast stone and metal room, a community chapel, nursing stations, med prep roof system, with many durable based materials inside. rooms, laundry facilities, and associated additional sitting The space plan includes three apparatus bays, eight areas, dens, staff and support areas. fully portioned sleeping areas, kitchen, laundry, exercise Area Development Plan for Special Warfare Jungle room, office space, decontamination room, and more. and Riverine Warfare Training Complex, Stennis Space A fueling station with canopy for county vehicles is also Center, MS* included. This was a CM at risk project and it utilized a Landscape Architect- This project consisted of preparation prototype building, adapted to fit the available site. Pond of an ADP with three focus areas: compound/cantonment worked closely with the owner and architect to modify the area - 900 acres; Western Maneuver Area + West of Trent prototype building layout and improve site functionality in Lott Parkway - 7,100 acres; and Eastern Maneuver Area the most economical and efficient manner. -3,500 acres. Responsibilities included site layout for: range City of Norcross, Pinnacle Park, Norcross, GA training area, igloo training area, drop zone, MSAAPs plant, Director of Pre-Construction - Pond is providing design- driver’s training area, and assault training area. build services for Pinnacle Park in Norcross. Upgrades University Boulevard Bridge Design-Build, FDOT and improvements include the demolition of an existing District 2, Jacksonville, FL 2-story office building; the design and construction of a Landscape Architect- Marty provided landscape design new 40’ octagonal grand pavilion with bathroom and small for the east and west bridge approaches. Responsible for storage area; as well as adding several parking spaces. Our design-build team is designing several park spaces the plant schedule; landscaping plan; tree removal plan; including a small playground; seating and shade/shelter tabulation of quantities; general notes; tree and vegetation elements along the trails and sidewalks; a picnic pavilion; a inventory, protection and relocation plan; planting plans for multi-use trail along Beaver Ruin Creek; as well as security linear roadway project;planting details and notes; quality lighting and cameras. Park amenities will include a nature assurance/quality control; data collection; technical special trail, a small ropes course, fitness stations along the trail, a provisions; field reviews; and coordination. tree house, a kayak/canoe launch and a small dock. *Prior Experience Sumter County A/E Services for West Wildwood Fire Station 10 RFQ#014-0-2018/RS Project Team

KARL ZIMMERMAN, PE, CEM, RCDD, LEED AP RICHARD BUSCHE, PE Voice/Data/Security Engineer Civil Engineer | Kimely-Horn and Associates, Inc. Education: Professional Education: Professional BS, Landscape Registrations: BS, Civil Registrations: Architecture, Professional Engineering, Professional University of Georgia Engineer, FL University of Florida Engineer, FL #58568 #64479 | Certified Energy Manager | Registered Communications Distribution Karl has 33 years of experience in electrical engineering Richard has over 20 years of experience as a strong for government and industrial facilities. He is skilled in the private-sector project manager and team leader design of high, medium and low voltage power distribution, for large-scale residential subdivisions, mixed-use electrical distribution, and control systems (i.e., PLC systems and commercial projects, entitlement processing, and to simple relay logic systems), airfield lighting, apron lighting, developments of regional impact (DRIs). He has been the fire detection and alarm, communications, and lightning town engineer for the City of Wildwood since 2009. He is protection systems. He is a member of National Fire an experienced water resources planner and hydrologic Protection Association and has certifications as Certified modeler for large-scale watershed improvement projects. Energy Manager (CEM), Registered Communications Richard is proficient in Ad-ICPR, ArcGIS, PONDS, Distribution Designer (RCDD) and LEED AP. MODRET, Microsoft Project, WaterCAD, and AutoCAD. PROJECT EXPERIENCE PROJECT EXPERIENCE Police Campus Safety Building, Georgia Institute of C-462 Safety Improvements, Sumter County, FL Technology, Atlanta, GA Principal-in-Charge/QAQC Reviewer. - Kimley-Horn is in Principal-in-Charge - Pond was selected by Georgia Tech the final stages of preparing plans and specifications for this to help address growing student safety concerns with an Sumter County LAP project, which involves correcting the exciting new project that will consolidate the hub of all cross slope on CR 462 near the 90 degree horizontal curve campus security functions into a singular location. The at the intersection with CR 223. The cross slope under new 30,000 sf building will allow the Georgia Tech Police existing conditions ranges from 4% to 7% and the required Department to consolidate and create new technologically- cross slope per FDOT Greenbook criteria is 9.5%. Other advanced spaces and take advantage of modern-day improvements involved in this project are the construction workplace solutions to enhance their impact without of paved shoulders along both C-462 and CR 223 and the significantly increasing their space footprint. This facility will installation of profiled thermoplastic along C-462. replace obsolete police facilities, consolidate the units into C-469 Resurfacing Design and Permitting, Sumter one location, and modernize police functions. County, FL Federal Bureau of Prisons, Fire Alarm Replacement, Project Engineer. - This project included the design FCI Jesup, GA and permitting phase of the project. Performed drainage Mechanical Engineer - Karl designed a new addressable engineering calculations for Southwest Florida Water fire alarm system for the entire complex (25+ buildings) Management district permit submittal. Performed quality and an inmate duress system for four housing units and control for the design plans and specifications. the segregation housing unit. The existing systems were of CR 501 Preliminary Engineering Study (PES), Sumter two different manufacturers and most were antiquated and County, FL not an addressable system. In housing units B & C, the Project Manager. - Kimley-Horn was retained to prepare a mechanical, plumbing and electrical power systems were Preliminary Engineering Study (PES) for a 3.2-mile section replaced. of CR 501 in Sumter County. Kimley-Horn was responsible Federal Bureau of Prisons, Federal Correctional for all subconsultant coordination, traffic modeling, public Institution Infrastructure Replacement and Upgrades, meetings and outreach, alternative section analysis, right- Tallahassee, FL of-way considerations, environmental assessments, and Electrical Engineer - Karl served as the Electrical Engineer stormwater management design. of Record for this $22.3M utility infrastructure replacement Champagne Farm Water System Preliminary Design project which consisted of a new 10,200 sf Powerhouse Report (PDR), Wildwood, FL Building. The project included complete utility replacements Project Engineer. - Under a continuing civil engineering for fifteen buildings within the institution, including power, services contract with the City of Wildwood, Kimley-Horn communications, domestic and fire protection water provided engineering design, analysis, and water system systems, storm and sanitary sewer systems, natural gas modeling for the City of Wildwood’s water distribution and a chilled water piping distribution system. system.

Sumter County A/E Services for West Wildwood Fire Station 11 RFQ#014-0-2018/RS Project Team

NICHOLAS MORA, PE AMBER GARTNER, PE Civil Engineer | Kimely-Horn and Associates, Inc. Civil Engineer | Kimely-Horn and Associates, Inc. Education: Professional Education: Professional BS, Civil Registrations: MS, Civil Registrations: Engineering, Professional Engineering, Professional University of Florida Engineer, FL #70697 University of Florida Engineer, FL #72294 Institute of BS, Materials Transportation Science and Engineers (ITE), Engineering, Treasurer University of Florida Nicholas has 15 years of experience in transportation Amber has 11 years of experience in transportation planning and traffic operations, roadway/signal design, engineering, working as a team leader and project manager plans preparation, and traffic noise analyses. He has for traffic operational analysis, design traffic and corridor thorough knowledge of traffic impact analysis, development planning studies, public infrastructure projects, such as of regional impact level transportation analysis, and roadway resurfacing and improvements, signal design, transportation modeling concepts. traffic impact studies, and public meeting oversight.

PROJECT EXPERIENCE PROJECT EXPERIENCE C-462 Safety Improvements, Sumter County, FL C-469 Resurfacing, Design and Permitting, Sumter Project Manager - Kimley-Horn is in the final stages of County, FL preparing plans and specifications for this Sumter County Project Manager/EOR - Kimely-Horn developed design LAP project, which involves correcting the cross slope on plans to rehabilitate the existing pavement to serve the County Road 462 near the 90-degree horizontal curve future traffic demand. The project included the design of at the intersection with CR 223. The cross slope under safety upgrades, including construction of wider travel existing conditions ranges from 4% to 7% and the required lanes and paved shoulders, updated signage, intersection cross slope per FDOT Greenbook criteria is 9.5%. Other improvements, and modification to existing end walls to improvements involved in this project are the construction meet clear zone standards. Also organized and lead a of paved shoulders along both C-462 and CR 223 and the public meeting to discuss the roadway improvements installation of profiled thermoplastic along C-462. with residents. Oversaw the survey and geotechnical C-476 Safety Improvements, Hernando County Line to subconsultants and will be providing design plans, US 301, Sumter County, FL permitting, and bidding documents for construction. Project Manager - Kimley-Horn provided design, CR 462 PD&E Study, Preliminary Engineering Study, permitting, and bid administration services for safety and Design/Permitting, Wildwood, FL improvements to CR 476, from the Hernando County Project Engineer/Task Manager - Amber assisted in the Line to US 301/SR 35. The project involves construction preparation of preliminary concept plans and technical of centerline and edgeline rumble striping along the nine- analysis for the recommended roadway alternative. Also mile stretch of roadway. The project was performed under assisted with the public involvement elements of the the FDOT LAP process and required review and approval project, including conducting a public meeting, responding through the FDOT LAP coordinator. The project included a to stakeholder comments, and presenting to the Board geotechnical evaluation of the existing pavement, permitting of County Commissioners. Since 2010, Kimley-Horn has through the FDOT LAP process, development of plans and conducted a PD&E study and a preliminary engineering specifications, preparation of an Opinion of Probable Cost, study to determine the feasibility of four-laning CR 462 (from and preparation of bid documents. CR 209 to CR 466A) and removing the break at US 301. CR 101 Roadway Improvements, Sumter County, FL 2011-2015 Pavement Management and Pavement Project Manager - Kimley-Horn provided design and Rehabilition Documents, Sumter County, FL permitting services for the rehabilitation of CR 101, from the Project Manager - Kimley-Horn assisted the Sumter northern boundary or the Villages of Parkwood subdivision County Public Works Division in the preparation of to the Temple Shalom Synagogue, for a length of Sumter County’s Countywide pavement management approximately one (1) mile. The roadway project was needed and pavement rehabilitation program. Kimley-Horn’s to increase the deficient travel lane width and rehabilitate services included specification and bid document the pavement. Kimley-Horn developed the design plans for preparation, evaluation of geotechnical borings improvement of this heavily traveled constrained corridor for structural design, design of rehabilitation methods for while minimizing impacts to existing trees and utility poles. deteriorated roadway segments, and assistance with bid The project includes survey, geotechnical evaluation, administration and as-needed construction phase services. pavement design, arborist evaluation, utility coordination, preparation of design exceptions, preparation of an Opinion of Probable Cost, and preparation of bid documents.

Sumter County A/E Services for West Wildwood Fire Station 12 RFQ#014-0-2018/RS Project Team

ANTOINETTE MESKEL, PE BRETT H. HARBISON, PE Sr. Geotechnical Engineer | Meskel & Associates Engineering Sr. Geotechnical Engineer | Meskel & Associates Engineering Education: Professional Education: Professional MBA, University of Registrations: BS, Civil Registrations: North FLorida Professional Engineering, Florida Professional Engineer, FL #56999 Engineer, FL #74679 BS, Civil State University Engineering, Certified Smart Pile University of EDC Systems Pittsburgh

Antoinette holds a BS degree in Civil Engineering from the Brett has over 10 years of field, laboratory, and University of Pittsburgh and a MBA from the University of geotechnical analysis experience on public and private North FL. She is a licensed Professional Engineer (P.E.) projects throughout Florida. Brett has managed the in Florida and Georgia with over 25 years of experience entire geotechnical process which includes the planning, in geotechnical engineering consulting and subsurface supervision of drilling, laboratory testing, analysis, investigation services. More than 17 of these years have and reporting for numerous Florida Department of been spent in practice in FL and Georgia. Transportation projects both Design-Build and Bid-Build.

PROJECT EXPERIENCE PROJECT EXPERIENCE THEA Selmon West Extension, Geotechnical Drilling THEA Gandy Boulevard from I-275 to East 4th Street, Support, Tampa, FL N. Pinellas County, FL Principal Geotechnical Engineer - This project included Project Manager - Brett was responsible for deep the subsurface exploration (drilling) services for Selmon West foundation design of multiple bridges along the Gandy Extension from the Gandy Bridge to the Western Terminus Boulevard widening in Pinellas County. The project of the Lee Roy Selmon Expressway. Drilling services consists of transforming Gandy Boulevard by constructing included the following: Bridge Standard Penetration Test an elevated roadway with interchanges and frontage (SPT) borings to depths of approximately 90 to 125 feet roads. Moreover, a six-lane elevated roadway from I-275 below existing grade. to Dr. Martin Luther King Jr. Street N. and a four-lane Poinsettia Pump Station Improvements Investigation, elevated roadway between Dr. Martin Luther King Jr. Street Tampa, FL N. to east 4th Street N. Additional improvements included Geotechnical Engineer - This project included an pedestrian features, bike lanes, median changes and street investigation to support improvements to Stormwater lights. Pumping Station at 29th St. and Poinsettia Avenue. MAE THEA Selmon West Extension, Geotechnical Drilling obtained samples of the concrete for strength testing; the Support, Tampa, FL retaining wall and floor slab were cored. Project Manager - This project included the subsurface Pump Station Improvements, Tampa, FL exploration (drilling) services for Selmon West Extension Geotechnical Engineer - This project included an from the Gandy Bridge to the Western Terminus of the investigation to support improvements to the 109th Lee Roy Selmon Expressway. Drilling services included the Avenue and North Blvd Pump Station. The improvements following: Bridge Standard Penetration Test (SPT) borings required an understanding of the strength of the existing to depths of approximately 90 to 125 feet below existing exterior concrete slab. To obtain samples of the concrete grade. for strength testing, the concrete slab was cored. Prior to City of Jacksonville, Miscellaneous Park Improvements beginning the coring operations, Ground Penetrating Radar Area 1, Jacksonville, FL (GPR) was used to locate existing steel reinforcement Sr. Geotechnical Engineer - Scope of work included (rebar) in the slab. evaluating the encountered subsurface conditions FL School of Deaf and Blind, St. Augustine, FL for improvements and new construction at several Principal Geotechnical Engineer - Antoinette was park sites. Improvements consisted of slab-on-grade responsible for geotechnical explorations and analysis amenity structures (, rest rooms, offices), lighting for improvements to approximately 3,300 linear feet structures requiring drilled shaft foundations, offshore dock of the FSDB perimeter roadway, and construction of 2 and ramp structures, and walkways and parking/drive stormwater treatment areas. MAE tasks for the project areas. MAE’s field work included performing SPT borings included soil borings, pavement evaluations and coring, using track-mounted drilling equipment on land sites bulk soil sampling, Double Ring Infiltrometer (DRI) testing, and barge-mounted drilling equipment on waterway’s. and preparation of recommendations to guide design Reporting included estimating geotechnical engineering and construction of pavement overlays, new pavement soil properties (unit weight, friction angle, cohesion and construction and design of drainage improvement areas. earth pressure coefficients), as well as recommendations for design and construction of future slabs-on-grade and shallow foundations. Sumter County A/E Services for West Wildwood Fire Station 13 RFQ#014-0-2018/RS Project Team

CHRISTOPHER J. HOWSON ADAM BUSSCHER Surveyor | JCH Consulting Group, Inc Surveyor | JCH Consulting Group, Inc Education: Professional Education: Professional BS, Geomatics, Registrations: BS, Geomatics, Affiliations: University of Professional University of Florida Surveying Florida Surveyor & Florida and Mapping Mapper, FL Society #6553, MI

Chris is the founder/president of JCH Consulting Group and Adam is a Project Manager for JCH Consulting group is responsible for management and supervision of surveying where he is responsible for land development projects. crews that complete boundary and topographic surveys Other responsibilities include: preparing work packages for for site design, GPS surveying services, construction field crews, establish quality control checks for daily field layout, ALTA/ASCM Land Title Surveys; responsible for work data, preparation of legal descriptions, construction management of subdivision platting projects, including stakeout calculations, subdivision platting, data processing working with engineers and developers; responsible for of GPS and conventional field work, and handled drafting analyzing field data; responsible for preparing proposals. duties. Extensive experience in boundary and topographic Consultant for expert testimony regarding Riparian design surveys for commercial and residential development. Boundaries and Boundary disputes. Consultant for municipalities for review of subdivision plats. PROJECT EXPERIENCE PROJECT EXPERIENCE Specific Purpose Survey, Lakeview Hills Water Supply Boundary and Topographic Survey for Fire Station, SR Design, Marion County, FL 44 Property, Sumter County, FL Project Manager/Lead Surveyor&Mapper - JCH Project Manager - JCH provided topographic data at all completed right of way survey of approximately 30,000 lf, above ground improvements within proposed 60’ right of topography of existing conditions within specified area for way and approximately 1.5 acres for a future pond. Project new water main. In conjunction with Right of Way map R.M. components included a boundary survey of 5.89 acres site, Barrineau also, prepared Sketches of Descriptions for Utility setting monumentation for overall boundary, and locating Easements, and 30 Specific Purpose Surveys for parcels existing conditions along contiguous roadways. along route. Topographic Survey for City of Wildwood, Boundary and Topographic Survey, Stone Creek by Del Sumter County, FL Webb, Marion County, FL Project Manager - Adam provide topography and located Project Manager/Lead Surveyor&Mapper - This all above ground improvements. He also located existing project included a boundary and topographic survey conditions along contiguous roadways, located all above for approximately 1500 acres for design of multiple ground utilizes, and inverted data for sanitary and storm subdivision phases, stormwater ponds and golf courses; sewer structures. prepare and submit preliminary and final plat packages for Topographic Survey for SR 471 12” Water Main each subdivision phase to Marion County Transportation Extension, Sumter County, FL Department. Project Manager - This project consisted of the Water Construction Layout and Asbuilt Survey, Main extension for Sumter County Utilities Department. Marion County, FL Adam completed a right-of-way survey of approximately Project Manager/Lead Surveyor&Mapper - This project 3,000 lf and a topography survey of existing conditions included construction layout surveys, asbuilt surveys, and within specified area for new water main. In conjunction quality assurance for various projects in Marion County with right-of-way map, Adam also prepared Sketches of including Forest High School, Hammett Bowen Elementary, Descriptions for Utility Easements. Elementary T, Elementary CC, Elementary U, and Legacy Elementary. Horizontal and Vertical Control Survey, Marion County, FL Project Manager/Lead Surveyor&Mapper - JCH completed a horizontal and vertical control survey for 690-acre residential project for photogrammetric survey, boundary surveys, and topographic surveys.

Sumter County A/E Services for West Wildwood Fire Station 14 RFQ#014-0-2018/RS Project Team

W. JEFFREY PARDUE, CEP, MS, MBA JENNIFER L. ROSINSKI, PH.D, PWS Environmental Scientist | Breedlove, Dennis & Associates, Inc. Environmental Scientist | Breedlove, Dennis & Associates, Inc. Education: Professional Education: Professional MBA, Florida Institute Certifications: Ph.D, Environmental Certifications: of Technology| MS, Certified Sciences, University Professional Wetland Biology, Wright Environmental of Virginia | MS, Scientist, #1872 University | BS, Professional, Zoology, Michigan Certified Stormwater Biology, Bowling #93045277 State University | BS, Management Green State Certified Ecologist Biology, John Carroll Inspector University University

Jeffrey is the Senior Vice President and Principal Scientist at Jennifer is Senior Scientist at BDA and is responsible Breedlove Dennis & Associates, Inc (BDA). He is a certified for project management including permitting, mitigation environmental professional with 42 years of experience as planning, wetland delineation, and wildlife management. an environmental professional. Prior to joining BDA in 2000 Jennifer’s academic background is in both freshwater and Jeffrey spent 24 years as an environmental professional marine ecology, with research in invertebrate-macrophyte in the electric utility industry culminating as Director of interactions. She has diverse environmental experience Environmental Services at Florida Power Corporation in serving as scientist, project manager, and researcher, St. Petersburg, Florida. Among the clients Jeffrey has as well as teaching experience in college and university represented are The Villages and The Villages Community settings. She has negotiated and obtained local, state, Development Districts, Pulte Homes, Greater Orlando and federal permits, delineated wetland limits, prepared Aviation Authority, Seldin Real Estate, and Schroeder- and implemented wetland and numerous other survey and Manatee Ranch, Inc. mitigation tasks. PROJECT EXPERIENCE PROJECT EXPERIENCE The Villages, Sumter, Lake & Marion Counties, FL Lake Miona Fisheries, Sumter County, FL Environmental Scientist - BDA provides environmental Project Manager - Jennifer is the Project Manager permitting support at both the State and Federal level, providing oversight on Lake Miona data collection and securing numerous permits for development at The Villages. fisheries plan development to enhance the largemouth Responsibilities include collecting water quality samples, bass fishery in the lake delineating wetlands, assessing wetland function, and The Villages, Sumter, Lake & Marion Counties, FL developing mitigation plans for numerous areas throughout Environmental Scientist - BDA provides environmental The Villages. In particular, BDA provided the mitigation permitting support at both the State and Federal level, monitoring plan and monitoring for 642.08 acres of upland securing numerous permits for development at The Villages. and wetland creation, enhancement, and preservation. Responsibilities include collecting water quality samples, Villa City, Lake County, FL delineating wetlands, assessing wetland function, and Environmental Scientist - Villa City is a + 2,500 acre site developing mitigation plans for numerous areas throughout proposed for mixed-use development. Working as part of a The Villages. In particular, BDA provided the mitigation multi-disciplinary team BDA is providing the environmental monitoring plan and monitoring for 642.08 acres of upland services to support preparation of a Development of Regional and wetland creation, enhancement, and preservation. Impact (DRI) and comprehensive plan amendment. BDA Grand Cypress Resort, Orlando, FL has conducted field surveys for listed species of wildlife, Project Manager - Jennifer is the Project Manager for on- delineated jurisdictional wetlands, and coordinated with going environmental monitoring and permitting with South the U.S. Fish and Wildlife Service, Florida Fish and Wildlife Florida Water Management District, Department of the Army, Conservation Commission, and the St. Johns River Water Corps of Engineers, Florida Fish and Wildlife Conservation Management District. Commission, and U.S. Fish and Wildlife Service as well as Greater Orlando Aviation Authority (GOAA), Orange wetland delineations and listed species reviews. County, FL Family Dollar, Port St. Lucie, FL Personnel Role - BDA has been providing environmental Environmental Scientist - Jennifer worked with Andreyev consulting services to GOAA since 2001 and continues Engineering, Inc. on the development plan for this 0.99 acre with a comprehensive set of environmental services as project site. BDA provided a Florida scrub-jay (Aphelocoma requested and directed by GOAA staff for the planning and coerulescens) survey, permitting assistance, mitigation construction activities on the airport. Primary work efforts planning and coordination with U.S. Fish and Wildlife Service have included; state, federal, and local environmental (USFWS) for the Florida scrub-jay as well as planning for the permitting; wetland mitigation planning, preparation of timing of construction activities in accordance with USFWS the National Environmental Policy Act documentation; regulations for Florida scrub-jay. implementation of various phases of the wildlife hazard management program, threatened or endangered species issues; monitoring and reporting.

Sumter County A/E Services for West Wildwood Fire Station 15 RFQ#014-0-2018/RS Project Team

GORDON MACDONNELL ROBBY PRICE Food Service Consultant | LGM Design Group Food Service Consultant | LGM Design Group Education: Food Service Education: Food Service N/A Expertise: AA, Drafting and Expertise: Extensive work with Design Extensive work with Disney World & Disney World & Universal Studios Universal Studios

Gordon has nearly 40 years of experience in the food Robby has a 12 year fabrication background in the food service and commercial kitchen consulting industry, service industry. Robby also specializes in equipment layout serving prestigious clients including Disney World (more design and coordination among other trades. Robby’s than 300 projects), Universal Studios, Westin Hotels & work experience includes Melting Pot Fondue Restaurants, Resorts, Mastro’s Steakhouse and Outback restaurants. at Disney World in Orlando, and many other Before establishing LGM Design Group in 1997 as a food Disney and Universal Studios projects, Xena Hotels, Ritz service design and consulting team, he developed his Carlton Hotels and Resorts, The W Hotel and many more. skills through varied foodservice roles in restaurant and He has also worked on retirement living communities with hospitality management, commercial kitchen equipment locations in Sun City, Naples, Parkland and Tampa. Robby sales, and as the Vice President of national accounts for is a detailed designer who is meticulous and conscientious Beltram Foodservice Group. of his client’s needs. PROJECT EXPERIENCE PROJECT EXPERIENCE Universal Studios, Orlando, FL Universal Studios, Orlando, FL Project Manager - This project included work on various Project Manager - This project included work on various areas of Universal Studios: Islands of Adventure, Harry areas of Universal Studios: Islands of Adventure, Harry Potter Expansion; Volcano Bay Water Park; Citywalk Potter Expansion; Simpson Land, Citywalk Restaurants Restaurants (NBC Grill, Vivo, Red Oven Pizza, Antojitos, (Vivo, Red Oven Pizza, Antojitos, Cowfish, Cabana Bay Cowfish, Cabana Bay Resort Food Court). Resort Food Court). Disney World, Orlando, FL Disney World, Orlando, FL Project Manager - This project included work on various Project Manager - This project included work on various areas of Disney World: Expansion; areas of Disney World: Disney Springs Expansion (Ragland Downtown Disney (Paradiso 23, Splittsville); ; Road, Homecoming, Trader Sam’s, Coronado Springs); Grand Floridian Renovations; Polynesian Renovation. Downtown Disney (Paradiso 23, Splitsville). Cabana Bay Resort Food Court, Orlando, FL The Cowfish at Citywalk, Orlando, FL Project Manager - This project included coordination of Project Manager - This project included fitting all food the beverage distribution system, creating good flow and service equipment for hand-crafting both sushi and movement throughout the food court, creating an optimal hamburgers into existing building, providing separate, yet work flow environment at individual stations, designing a uniform, stations, creating efficient work environments at focal point that is aesthetically pleasing and functional for individual stations, and displaying the art of sushi making the dessert and salad station, and designing a work space while keeping less eye-pleasing kitchen functions hidden with the small dessert island that is unobtrusive yet efficient from guest view. Red Oven Pizza Bakery, Orlando, FL Paddlefish Restaurant, Orlando, FL Project Manager - This project included: providing a design Project Manager - This project included coordination of that allows the traditional stone-lined oven to be the exterior the fish boil show area and functionality, coordination of the focal point, but keeping it accessible and functional for beverage distribution system on different floors, providing chefs; making a made-to-order pizza workspace viewable adequate dishwashing space on each floor, designing a by guests; and organizing guest traffic flow and station-to- main production kitchen as well as banquet/prep kitchen station work flow for efficient and quick production. that are fully independent, and designing the main kitchen Frontera Cocina, Disney World, Orlando, FL for optimum flow and efficiency. Project Manager - This project included ensuring kitchen Vivo Italian Kitchen at Citywalk, Orlando, FL has proper flow and function, coordination of the show Project Manager - This project included a smaller building kitchen element, coordination of island modular cooking footprint with a large menu featuring many hand-made suite, design various stations on expo line that flow to items requires optimized use of space for placing each central area for pickup, and providing functional to-go piece of equipment. Expo kitchen with guest seating in space separate from kitchen. view of cookline requires balance between functionality and clean design. Sumter County A/E Services for West Wildwood Fire Station 16 RFQ#014-0-2018/RS 15. Approach & Understanding 15. Approach & Understanding 15. Approach Project Approach & Understanding

PROJECT TEAM JCH Consulting Group, Inc. is licensed Pond has been in business for 53 by the State of Florida to provide years and is privileged to have surveying and mapping services. The worked on a wide-range of architectural projects, Company was incorporated in 2006, including countless municipal projects. We work with in Marion County, FL and has been serving Central cities, counties and communities to create environments Florida for 12 years. JCH Consulting Group, Inc., which support their missions, and enhance individual provides surveying and engineering support services experiences and community life. Pond has completed a throughout Central Florida, for engineers, architects, wide variety of projects for fire stations, municipal, state contractors, lending institutions and government and federal clients, ranging from small code-based agencies. Their team can deliver solid results for a diverse renovations to large scale, campus-wide projects. range of projects and continually works with developers in providing surveying services for acquisition of parcels Over the past 53 years, we have completed over $1B and in platting both residential and commercial in construction of new and renovated facilities, equaling properties. more than 10 million square feet. The most significant indicator of our commitment, however, is that over 80% Breedlove, Dennis & of our business comes from repeat clients! The primary Associates, Inc. (BDA) office servicing this contract is located in Jacksonville, is a professional environmental and natural resources FL; however, we also have an office in Tampa, FL that can consulting firm founded in Gainesville, FL in 1976. The assist Sumter County at a moments notice. We have put firm relocated its headquarters to Winter Park, FL in together a team we believe is best suited for this project 1983. BDA also has an office in Brooksville, FL. BDA and can provide Sumter County with the responsiveness provides its services to a diverse client base located and detail oriented approach it deserves. primarily in Florida and the southeastern United States including residential and commercial developers, mining, Founded in 1967, Kimley-Horn energy production and transmission, aviation authorities, is a full-service, employee- the entertainment industry, transportation, law firms, owned, multidisciplinary consulting firm offering a broad engineering firms, planning firms, industrial, and range of engineering, planning, landscape architecture, governmental business sectors. Since its inception, BDA and environmental services to clients in both the private established a reputation for finding solutions to difficult and public sectors. Kimley-Horn has proudly served environmental issues through the application of scientific Sumter County as an on-call engineering consultant principles, knowledge of the regulations and the ability to continuously since 2008. During that time, they have effectively communicate with regulators and the firm’s completed well over 100 projects and on-call clients. assignments. They have completed Sumter County’s most important projects and never failed to deliver high LGM Design Group provides quality professional services with an adherence to food service planning, design schedules and budgets that is unmatched. and consulting services to the designers and builders of restaurants and eateries, worldwide. Since 1997, their Meskel & Associates Engineering, team has integrated its clients’ aesthetic visions with the PLLC (MAE) is a woman-owned everyday functional needs of chefs and their food service small business founded in 2008. staffs. Their experience with projects is expansive, MAE currently has offices in Jacksonville and Tampa, FL. ranging from public education facilities, to quick-casual MAE is a geosciences firm providing geotechnical, concepts, to Five Diamond signature establishments. engineering, hydrogeology, environmental consulting, Spanning multiple industries - including entertainment, construction materials testing, and engineering hotel, food and education - LGM’s work demonstrates inspection services. Their senior staff averages over 25 an unparalleled understanding of space and function, years of experience in the construction and environmental while respecting the realities of budget and resources. industries. On every project, their staff provides quality, reliable and trusted technical services with a total commitment to supporting the project team through a collaborative and cooperative approach. MAE is proud of the quality of their services and responsiveness to their clients’ schedules.

Sumter County A/E Services for West Wildwood Fire Station 17 RFQ#014-0-2018/RS Project Approach & Understanding

OVERVIEW FIRE STATION & PUBLIC SAFETY EXPERTISE Pond has a great deal of experience working with city and Our Public Safety Group provides integrated, unsurpassed county fire departments and designing and constructing full-service planning, architecture, engineering, and fire stations. Our method is one of collaboration, involving construction management solutions. all stakeholders and team members in the design process. We believe good design is inclusive. Working Meeting the needs of a wide variety of programmatic with fire departments on a project is not just another functions and design concepts, we believe fire stations “fire station” for us, it’s something we enjoy and is an are best considered a mixed occupancy: opportunity for our firm to give back to the community. ƒƒA fire station must function as both a warehouse (apparatus bays) and a residence (dorm rooms). Pond’s staff of architects and engineers regularly work ƒƒEfficiency, functionality and durability are critical. Time with fire fighters to review the changing needs of today’s wasted means lives lost in an emergency situation. fire stations. Our experience with county fire training ƒƒThe dayroom is the heart of a fire station, functioning centers and live burn buildings helps us understand as both a space for living, sleeping, dining and crucial, behind the scenes activities critical to the entertaining. success of public safety facilities. We understand and ƒƒSpaces must allow for flexibility. Fire stations often plan for all of the facility’s requirements, from the size of serve as a place for community involvement, training the turnout gear lockers to the structural dead load of a and outreach. parked fire truck. As a result of our years of architectural ƒƒFirefighters serve together and become like family. and engineering experience, as well as data and input The architecture should promote a sense of gathered from fire chiefs and firemen. Pond developed togetherness. the Community Fire Station Program for one of our ƒƒA fire station should function as a place of refuge for clients, the City of Peachtree Corners, GA. the community.

Security and safety are vitally important to all communities. As towns and cities expand in population and geographic coverage, it is challenging for local governments to allocate the needed capital for new emergency response assets to serve their constituents. Our extensive experience with fire station design allows us to help Sumter County meet the needs of the Fire Department, as well as allow us to do so in an efficient and economical manner.

Between our architects, engineers, as well as our construction group, we are working on, or have completed, over twenty fire stations and burn buildings for communities and the federal government. Pond’s expertise in programming and designing public safety facilities runs deep, and we’ll bring this direct experience to the Sumter County Fire Department.

Sumter County A/E Services for West Wildwood Fire Station 18 RFQ#014-0-2018/RS Project Approach & Understanding

UNDERSTANDING to the fire station site itself. Any access directly to SR44 We understand the County intends to provide would be subject to the rules and permitting requirements programming and conceptual design for this project. The of the Florida Department of Transportation. As part of Pond design team would welcome this type of design the roadway project, Sumter County is designing and interaction. We understand the project location is on permitting a stormwater retention facility that will provide the south side of SR44, approximately 0.7 miles east of drainage capacity for this proposed fire station project. I-75 in Sumter County. The site is currently undeveloped. The site is within the limits of a future planned mixed use Potable water is to be provided by connection to Sumter development. County’s roadway extension project. The utility service provider will be the City of Wildwood. Due to the low The scope of services for this project shall be as listed in volume of sanitary flow expected from this project, the RFQ in Part 5 Scope of Services. The East Bushnell wastewater will be handled by an on-site septic disposal Fire Station will be the basis of design for a biddable set of system. construction documents (plans, specifications, schedule and estimate of probable cost).The current program is The site is relatively flat. Soil types are Type C and D for a three-bay fire station with three berthing rooms soils, which are expected to have some percentage of (2 firefighters per room). Our team will provide building unsuitable material within a few feet, or less, of the natural design, site design, surveying, voice/data/security. ground elevations. There is a natural wetland on the Permitting and other tasks/services associated with the north portion of the site, which would require mitigation delivery of this project. Kimley-Horn will be utilized for all if impacted. There is a designated FEMA floodplain on site civil design. the north portion of the site, which loosely follows the limits of the natural wetland. There is sparse tree cover Our team understands that Sumter County is currently on the site; the quality and health of these trees has not pursuing plans and permits for a roadway to be been assessed. An environmental assessment for listed constructed to connect to SR44 and terminate just past species will need to be conducted for this project, too. the limits of the fire station site. This roadway will provide Lastly, we understand that site development constraints access to the future mixed-use development, as well as can be considered to be normal for this location.

Sumter County A/E Services for West Wildwood Fire Station 19 RFQ#014-0-2018/RS Project Approach & Understanding

PROJECT MANAGEMENT AND APPROACH At the beginning of every project, our Project Manager (PM) and core design team will meet with Sumter County’s PM or their designated representative and the users to discuss the project and develop a project- specific program plan that takes into consideration: ƒƒProject Stake Holders: Identification of stakeholders, stakeholder issues, establishment of communication channels ƒƒProject Criteria: Facility size, program, construction costs, schedule, etc. ƒƒLocation Criteria: Environmental constraints, permitting issues, code requirements, user standards, site utility information, etc. ƒƒCustomer Criteria: Critical Success Factors (ie budget, schedule, goals) ƒƒProject Plan: Roadmap to achieve project success Pond has a well-defined approach that we apply to every project. This well-established process assures Sumter County a quality product, delivered in a timely fashion and meets your budget, based on criteria and priorities set by YOU. Four key elements of our approach: ƒƒConsistent communication with the Owner through a single point of contact ƒƒIndependent design quality reviews at each design phase ƒƒIndependent cost estimating at each phase of design ƒƒSchedule of deliverable dates for each phase

DESIGN APPROACH flexibility and growth.Our Fire Services Programmer, Our staff and Matthew Cash, is well-versed in the all aspects of ASK & sub consultants fire services design. LISTEN UNDERSTAND are well-versed SUMTER’S VISION in the facility We understand the importance of providing a customized IMPROVE COLLECT AND FINALIZE DATA FROM SITE TOUR specifics ofdesign that reflects the vision of the Stakeholders and THE fire stations.complies with the program requirements. The Pond However, no Design Team utilizes design checklists, guiding questions, DESIGN one knows your and lessons learned specific to each fire station design as

FEEDBACK PROCESS BRAINSTORM & facilities better a guide to obtain the right owner/user feedback. Pond’s PRESENT IDEAS TO ANALYZE SUMTER FOR REVIEW IDEAS than you, the perspective is that a thorough, well planned program for client. Pond will a project at the beginning of the design will set the stage DEVELOP conduct a work for quality design and production efficiency. SOLUTIONS & DESIGN VOCABULARY session with the intent to confirm Pond will schedule the initial design charrette to establish all the requirements and the specific design objectives lines of communication and address the following: for the fire station. We fully understand and support the ƒƒIntroductions County’s desire for this project to be a site adaptation ƒƒDiscuss Stakeholder participants and issues of the base floor plan, provided to Pond by Sumter ƒƒReview the base floor plan for site adaptation County. We will commence the design process with a ƒƒReview preliminary project scope, schedule, and formal meeting that will include all the stakeholders from budget the County and the design team members. Pond has ƒƒEvaluate existing site and structure data including led many design workshops for municipal facilities. With surrounding land use, topography, environmental, regards to this fire station, the work session would be to accessibility etc. effectively confirm the project parameters. ƒƒDiscuss design criteria including office/space programming, site/building analysis, architectural Programming is vitally important to the design process floor plans, aerial photography, structural engineering, and the final design, and we typically program spaces for mechanical engineering, electrical engineering, fire

Sumter County A/E Services for West Wildwood Fire Station 20 RFQ#014-0-2018/RS Project Approach & Understanding

alarm & fire suppression engineering, voice/data/ facility at each stage of design. This leading-edge design security, surveying, projected cost estimates, projected technology also offers seamless coordination of building construction schedules, preparing, submitting, and systems to significantly reduce, if not eliminate, design securing all necessary permits, any other tasks conflicts and project delays. BIM is a form of visual associated with the completion of this project communication that allows us to effectively describe the ƒƒIdentify and discuss energy efficiency and sustainable project concept and plan to the client. design goals ƒƒReview additional data needed and who is to provide MILESTONE MANAGEMENT the data Every week, the PIC and PM assess the staffing and ƒƒRecord findings and decisions production needs with the Project team. Together they ƒƒEnvironmental review the schedules and design components to ensure ƒƒContamination Containment adequate internal resources are allocated for the projects ƒƒBuilding resiliency/survivability at hand. ƒƒExhaust options ƒƒHose drying options ADDED VALUE ƒƒFueling The Pond team adds value to the project in a variety ƒƒSleeping quarter options of ways, two of which are listening to the needs and We will document the results of the work session and desires of our clients, coupled with our company-wide circulate the minutes to all stakeholders and design team commitment to quality. Our entire approach to the members for reference throughout the project. Sumter County will be centered around quality and the success of the project. DESIGN TOOLS ƒƒAssign highly trained, well-qualified staff, with As the team leads the user groups through the design appropriate technical qualifications to each project. process including schematic design, and design ƒƒClear, concise, communication and coordination development, we utilize real time 3-D modeling to through the Project Manager, a single point of contact, incorporate the user group’s ideas during the meetings. for the design team, sub consultants, and you as The Pond Team is committed to providing you with the owner. highest level of design technology. We are at the forefront ƒƒProven methods of communication including person of technological advances with full in-house BIM (Building to person meetings, video conferencing, and online Information Modeling) 3-D modeling capabilities to meetings to collaborate and communicate concepts allow our design team to visually communicate design visually and in real time with the project team, including concepts, easily incorporate client feedback and provide you as owner. better coordinated documents to the contractor. ƒƒSub consultants held to the same high level of quality expected by our firm and Sumter County. At Pond, BIM is utilized by all design disciplines and we ƒƒOur sub consultants act as part of both the design utilize BIM to coordinate our designs and to perform team and the review team. conflict resolution in interstitial and attic spaces between ƒƒWe conduct interdisciplinary reviews of work and structural, mechanical, electrical, plumbing and fire independent senior peer-level technical reviews prior protection components. BIM enables project teams to submittal to Sumter County West Wildwood Fire to consider the entire life cycle of the building through Station will be centered around quality and the success 3-D simulation to help clients virtually experience the of the project.

Marietta Fire Station No. 56

Sumter County A/E Services for West Wildwood Fire Station 21 RFQ#014-0-2018/RS Project Approach & Understanding

QUALITY ASSURANCE QUALITY CONTROL Pond’s Quality Pond’s Design QA/QC process ensures that final designs Management Plan for all projects are constructible, operable, maintainable, “QUEST” (Quality Using reliable, and biddable. Established Specialized Techniques) has QA/ COST CONTROL QC processes and Pond knows that a successful build begins with procedures in place to establishing a precise and comprehensive project control project activities, budget and matching that budget to the desired scope including Sumter County of work established by the Sumter County Purchasing approved plans and Department. The Pond team has an outstanding templates. We use an track record developing accurate cost estimates and established corporate controlling those costs during construction. Over the QA/QC process with a years, the typical variance of final cost estimates versus structured approach to market bid values on Pond projects has landed well within achieve quality on each the acceptable criteria of our clients. We understand that project, an added value, each project is authorized with a maximum contract cost including the following techniques: that cannot be exceeded. ƒƒAssign highly trained, well-qualified staff, with appropriate technical qualifications to each project. As designers and engineers, it is our responsibility to ƒƒConcise communication and coordination through deliver a solution that is constructible, covers the entire the Project Manager, a single point of contact, for the authorized scope, and can be delivered on time and design team, sub consultants, and you as owner. within budget. As contractors, we anticipate fluidity ƒƒProven methods of communication including person within markets affecting material and labor costs. We to person meetings, video conferencing, and online work closely with suppliers and subcontractors to meetings to collaborate and communicate concepts provide reliable and competitive pricing for our clients. visually and in real time. ƒƒSub consultants held to the same high level of quality Additionally, we approach our work with due diligence expected by our firm and Sumter County. and care, employing stringent QA/QC guidelines to ƒƒOur sub consultants act as part of both the design ensure both cost efficiency and construction quality. team and the review team. Maintaining the integrity of the project budget begins ƒƒWe conduct interdisciplinary reviews of work and with clearly defined disciplines which include: independent senior peer-level technical reviews prior ƒƒControlling cost starting day 1, not at 100% to submittal to Sumter County. ƒƒRigorous budget analysis during pre-construction ƒƒOur sub consultants participate in all project team ƒƒCareful selection and pre-qualification of our meetings/ conference calls; are copied on all project subcontracting team members correspondence; and follow our procedures for ƒƒDirect and consistent interface between designers and completing and checking documents. estimators to ensure timeliness and cost compliance ƒƒPerform periodic design, records, and field audits to of each design deliverable ensure conformance with requirements. ƒƒEstimators involved in all project meetings ƒƒPerform observations to support General Contractor. ƒƒVerifying local conditions ƒƒImplement corrective actions to re-establish ƒƒCoordination between vendors and contractors to conformance and mitigate any impacts. secure quotes ƒƒUtilization of Building Information Modeling (BIM) clash and interference detection software, such as BIM 360 COST MANAGEMENT Glue. Pond regularly schedules meetings to: ƒƒThe PIC monitors all schedules and QA/QC ƒƒReview the design process and project estimates requirements. ƒƒReconcile estimates against project budget ƒƒIdentify continuous improvement in our approach. ƒƒMaintain Value Engineering ƒƒReview and comment on completeness Our QC process incorporates broad expertise to ƒƒEnsure accuracy oversee design services, engineering calculations, site ƒƒAsses the effect on schedule and cost of the plans & investigations and studies, and construction activities. specs, at the various submittal stages Sumter County A/E Services for West Wildwood Fire Station 22 RFQ#014-0-2018/RS Project Approach & Understanding

PRECONSTRUCTION Methods Used To Plan, Track and Maintain Both The During preconstruction phase, the Pond team will Project’s Design and CA Schedules carefully conduct the following protocol for the purpose Adhering to schedules is as important to us as it is to our of developing the project and maximizing value: clients. Time is money and the easiest way to overrun ƒƒWork with stakeholders to establish delivery schedules, a job is to allow the schedule to slip. Good adherence site access, work times, etc. to the schedule starts with a good project plan. This is ƒƒMaintain transparency of all preconstruction and used as a tool to develop a critical path schedule and is budgeting information used throughout the project to check on progress and ƒƒProvide timely information to decision makers identify items that are lagging and need more attention ƒƒReview and evaluate site conditions, propose or resources. construction techniques We view the project schedule not as a hindrance, but as ƒƒDesign a site logistics plan providing for all safety the best management tool for the design, development concerns and construction document phases of the project. ƒƒDevelop a subcontractor bid list to include local, Our repeat business with various clients indicates our disadvantaged and specialty tradesmen strong commitment to meeting deadlines. The following ƒƒIdentify the procurement plan; schedule early purchase examples demonstrate our compliance with meeting or for long-lead items exceeding schedule performance: ƒƒEnsure receipt and on-site storage of deliveries ƒƒLanier Technical College Barrow Academic Building: Design to Guaranteed Mazimum Price (GMP) in 5.5 The Sumter County West Wildwood Fire Station project months is unique in its approach, design and construction. ƒƒLanier Technical College Barrow Campus Master Plan: Communication and cooperation among stakeholders Design completed within 60 days during pre-construction are critical functions forming the ƒƒGeorgia State University, Sparks Hall Renovation: basis for a smooth and efficient project. Design and documents delivered in 60 days ƒƒJulington Creek Elementary School, St. Johns County, Florida: Fast track design of new school in 4 months SCHEDULE MANAGEMENT Pond will proactively lead the project team and Sumter Pond believes that careful due diligence and a County through the whole process. The overall project straightforward approach to schedule management schedule is ultimately the road map that will guide this are most effective. For Sumter County projects, we will process that will be comprised of the individual projects utilize the following measures as the project progresses and task schedules. The Pond team has a strong track to ensure that we remain on schedule: record of working with large, diverse teams, and projects ƒƒConduct a thorough and accurate building and site and will provide the overall Project Management for the investigation. Carefully document and record existing team, act as the primary point of client contact, and conditions within the building and on the surrounding ensure that all project and task schedules and budget site are met. ƒƒCareful review of all existing as-built drawings and other documentation of existing conditions

Alpharetta Fire Station #5, Alpharetta, GA Sumter County A/E Services for West Wildwood Fire Station 23 RFQ#014-0-2018/RS Project Approach & Understanding

ƒƒConduct design meetings with the state fire marshal owner, the design team, and the contractor. Our team is and local building authorities to receive feedback in committed to working with the selected contractor as a advance of critical milestones, minimizing review times partner, with all parties working toward a shared set of and comment follow-up goals established by the owner. ƒƒWeekly internal team meetings with team to review project schedule performance and add manpower if It is our responsibility to monitor construction required, share project information and look ahead to quality and we will do so continually throughout the navigate any potential roadblocks construction phase of any task order project. Through ƒƒProvide all Stakeholders with prompt and accurate regular OAC meetings, periodic observations and project reports from design, visioning and Owner/ proper documentation, we will monitor the project for Architect/Contractor (OAC) meetings to ensure all compliance with the Contract Documents and will hold information is shared quickly and efficiently the Contractor responsible for deviations. For the CA ƒƒThe final project schedule will be a collaborative process portion of the project, the Pond team (at a minimum) will between Stakeholders and the design team. We complete the following: anticipate working together to develop key milestones ƒƒAttend and provide documentation for OAC meetings: set forth by Sumter County, while navigating around We will cite the points of discussion, describe issues, potential issues that may impact the schedule. and provide technical information and design solutions. ƒƒReview and respond to Requests for Information (RFIs): MAINTAINING SCHEDULES Our team will carefully read and track all RFIs. We will As your advocate, Pond will ensure quality throughout inform Stakeholders of any potential inconsistencies or the construction phase. Through periodic observation issues that could impact schedule, budget or quality. and proper documentation, we will monitor the project ƒƒMonitor progress and review pay requests: We will for compliance with the contract documents and will review the contractor’s pay requests to ensure the hold the contractor responsible for deviations. client is receiving the best value for their investment. ƒƒPunch List development and completion: We will Pond has experience with providing design services carefully review and document any issues with the utilizing all forms of construction delivery. We will finish and quality of the final product. We will continually work closely with the selected contractor to evaluate work with the contractor to ensure the punch list is scheduling and cost impacts from proposed design complete. solutions bid packages. Every successful project is a collaboration between several parties – most notably, the

KNOWLEDGE OF LOCALITY Our team is invested in the success of this project and the enhancement to the community that the fire department provides. Allan Iosue, our Program Manager, has a particular tie to the area. His parents have lived in the Villages for over 10 years. As residents of the area and patrons of many of the community businesses, they understand the importance of this project to provide safety and responsiveness to themselves, their friends and their neighbors. We are excited about the opportunity to work with you and the community on this project.

Columbus Fire Station #9, Columbus, GA

Sumter County A/E Services for West Wildwood Fire Station 24 RFQ#014-0-2018/RS 10199 SOUTHSIDE BLVD 4902 EISENHOWER BLVD SUITE 103 SUITE 207 JACKSONVILLE, FL 32256 TAMPA, FL 33634

P 904.543.0400 P 813.327.5002 F 904.543.0203 F 904.543.0203

www.pondco.com