Loading...
Agenda 10/08/2013 Item #16C1 10/8/2013 16.0.1 . EXECUTIVE SUMMARY Recommendation to approve the selection committee rankings and authorize staff to enter into contract negotiations with TKW Consulting Engineers, Inc., for Request for Proposal No. 13-6020, "North County Water Reclamation Facility Design Services for Electrical Reliability and Mechanical Operations Upgrades,"Project Number 73950. OBJECTIVE: Obtain expert professional engineering services to upgrade the most critical portions of the electrical and mechanical systems of the North County Water Reclamation Facility (NCWRF) that will result in a high-quality, best value project to serve our wastewater customers reliably and sustainably in full regulatory compliance. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update that identified the requirement for upgrading plant facilities. This project is consistent with the 2008 Wastewater Master Plan Update, Project 73950, "NCWRF Bridge the Gap —User Fee" as shown in Section 8, Table 8-2, Page 3 of 5, Line 91; and, with the 2013 Wastewater CIP Update,Page 2 of 4, line 77, as identified in the Internal Master Plan Review. Purchasing staff posted Request for Proposal No. 13-6020, "NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades," on June 21, 2013, with 1,127 notices sent; 64 firms downloaded full document packages. Two responsive proposals were received August 19, 2013. The selection committee met on September 3, 2013, and by consensus selected TKW Consulting Engineers, Inc., (TKW)to provide the required professional services. The final rankings are shown below. Name of Firm Final Rankin° TKW Consulting Engineers 1 CDM Smith 2 TKW and its sub-consultants, Hole Montes and RKS Engineers, Inc., are local firms and are sufficiently familiar with the facility and the scope of the project. They are qualified and have extensive experience both designing and inspecting various diverse projects at this facility. Staff recommends approval of the selection committee rankings and entering into contract negotiations with the higher ranked firm, TKW. After contract terms are agreed upon, staff will bring the proposed contract to the Board for final approval. This contact will provide professional engineering services including preliminary design and a design report, technical memoranda, final design, Quality Assurance/Quality Control during design, project management of the design process, bidding services, permitting services, post design and services during construction, shop drawing review, clarification during construction, operations and maintenance manuals updates, operator training,and record drawings. The original Request for Proposal is attached for reference of the detailed history and scope of the required professional services. FISCAL IMPACT: There is no fiscal impact at this time. Once negotiations are completed and the contract approved, funding is available in, and is consistent with,the FY2014 Capital Budget approved by the Board on September 19,2013. The source of funding is Wastewater User Fees,Fund (414). Packet Page-1805- 10/8/2013 16.C.1. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the viability of public facilities. RECOMMENDATIONS: That the Board of County Commissioners, as Ex-officio the Governing Board of the Collier County Water-Sewer District, approve the selection committee rankings and authorize staff to enter into contract negotiations with TKW Consulting Engineers, Inc., for Request for Proposal No. 13-6020, "North County Water Reclamation Facility Design Services for Electrical Reliability and Mechanical Operations Upgrades,"Project Number 73950. Prepared by: Peter Schalt, Senior Project Manager,Public Utilities Planning and Project Management Department Packet Page-1806- 10/8/2013 16.C.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.1. Item Summary: Recommendation to approve the selection committee rankings and authorize staff to enter into contract negotiations with TKW Consulting Engineers, Inc., for Request for Proposal No. 13-6020, "North County Water Reclamation Facility Design Services for Electrical Reliability and Mechanical Operations Upgrades," Project Number 73950. Meeting Date: 10/8/2013 Prepared By Name: SchaltPeter Title: Project Manager, Senior,Public Utilities Engineeri 9/9/2013 11:25:36 AM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/10/2013 12:29:49 PM Name: Jon Pratt Date: 9/10/2013 12:57:59 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 9/10/2013 3:18:58 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 9/12/2013 7:27:51 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 9/12/2013 1:31:13 PM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 9/17/2013 9:40:47 AM Packet Page-1807- 10/8/2013 16.C.1 . Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 9/17/2013 3:47:39 PM Name: JohnssenBeth Date: 9/20/2013 12:03:05 PM Name: PajerCraig Title:Project Manager, Senior,Public Utilities Engineeri Date: 9/23/2013 1:00:16 PM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/23/2013 3:05:29 PM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/23/2013 3:05:42 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/23/2013 3:13:13 PM Name: YilmazGeorge Title: Administrator, Public Utilities Date: 9/24/2013 2:41:00 PM Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 9/25/2013 10:49:51 AM Name: KlatzkowJeff Title: County Attorney Date: 9/26/2013 9:08:08 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/27/2013 2:58:25 PM Name: OchsLeo Title: County Manager Date: 9/29/2013 9:42:27 AM Packet Page -1808- 10/8/2013 16.C.1 . Y C RS O O _ r N TO C i . w co a) r T- .; L d Q .,., e-`N CI Z $3 y • w E °� N N E cm U 0,` Y o co a. w Cu Ili = U v) it N r To I C co CI 9- 0 N — N ,--i cu 4) C m O a L 0 0 e-•: N C U) L N 0 CD y a; O .a .0 C (.)0 CD 1.!) >, 0. a) W .a c cc :0 cc .0, re a N a)> To E `) C . a) 'r cu C "- c O C) a) .§ d m W ti) 8 0 co C) a No u_ Z , l K �' cO t co rt 0 a rZ U � cu V ' d a1 2 U ce F— 1- 0 CL Packet Page-1809- 10/8/2013 16.C.1.1111PICIA, �.1tC ' •` +Tv rili'}--i %% u. '#�- rim-.— ..t___ rr j ;1 .- j ' a'..."— F `�� , `1-.'-7Mthri. '1 j,'rfl'4u c 1!_ .le i— ! Mm 8(_ �1� � w V ,,,.,',z' t 6„..4{ .s,-4.01! '$i�A t'. r'"e a'"�aw`t. ' .,, ,11ai�i'S eeea,�' ill Il 1 1 —.-ems,,,..,�. r+��q �kas �� . "ice ..�, , 4� ` lI t ' _'°--z— — ,rte r 1..,- . I ,. a "'3rd :may y}4 j_ ''� 'k . ' .. .was.. .x t , Collier County NCWRF TKW designed effluent pumping and disposal facilities Completion Date 2003 F Qualifications Package: RFP 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades August 19, 2013 Presented To: Collier County Government Presented By: TKW Consulting Engineers, Inc. Packet Page -1810- 10/8/2013 16.C.1. Irrei Ar Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades �UNSJlI1NG ENGINEERS August 19,2013 TABLE OF CONTENTS Tab I Cover Letter/Management Summary 1.1 Cover Letter 1.2 Tab II Project Understanding and Approach 2.1 Knowledge and Understanding of the Work 2.1 Approach to Completing all Tasks 2.4 Concerns of Significance 2.4 Exhibit 1 Exhibit 2 Exhibit 3 Tab III Experience and Capacity of Firm 3.1 Proposed Team Members&Their Roles 3.1 Organizational Chart 3.2 Relationship between Key Project Team Members 3.3 Qualifications of Project Team 3.3 Sub-Consultant Affirmation 3.7 Resumes of Project Team Members 3.8 TKW Consulting Engineering, Inc. Sub-Consultants Hole Montes, Inc. RKS Consulting Engineers, Inc. Tab IV Previous Performance on Similar Projects 4.1 Previous Project Experience 4.1 Tab V Ability to Complete Projects on Time and within Budget 5.1 Proposer's Approach to Schedule Control 5.1 Staff Availability 5.1 Current&Anticipated Project Workload 5.1 Tab VI References 6.1 Completed Reference Questionnaires 6.2 Tab VII Acceptance of Conditions 7.1 Statement of Acceptance 7.1 Proof of Insurance Requirements 7.2 Certificate of Insurance 7.3 Tab VIII Required Forms/Attachments 8.1 Attachment 2: Consultant Checklist 8.2 Attachment 3: Conflict of Interest Affidavit 8.3 Attachment 4: Consultant Declaration Page 8.4 Attachment 5: Immigration Affidavit Certification 8.6 E-Verify Profile Page Memorandum of Understanding Attachment 6: Consultant Substitute W-9 8.11 Attachment 7: Insurance and Bonding Requirements 8.12 Attachment 8: Reference Questionnaire 8.14 Additional Information 8.15 Licenses & Registrations MBE, SBE, and WOBE Status Insurance & Bonding Information Issued Addendum(s) TOC Packet Page-1811- 10/8/2013 16.C.1 . I I itr(t k Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades 't uNSUiIIN4i ENGINf'ENS August 19,2013 TAB I. COVER LETTER/MANAGEMENT SUMMARY 1.1 Packet Page-1812- 10/8/2013 16.0.1 . tr, 41,7ranCitie. MO'," 1111 ;754- August 19, 2013 ,:, •-•J.40 Ms. Evelyn Colon, Procurement Strategist Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 RE: CCNA Solicitation # 13-6020 NCWRF Design Services for Electrical Reliability & Mechanical Operations Upgrades Dear Ms. Colon, TKW Consulting Engineers, Inc. in association with Hole Montes, Inc. and RKS Consulting Engineers, Inc. is pleased to submit our qualifications for providing design and supporting services for the electrical and mechanical upgrades to the NCWRF. Douglas H. Eckmann, RE., BCEE (TKW)will serve as the team project manager. He has 40 years experience in the design and construction of treatment plants, with 20 years in Florida where he has managed multi-disciplined design teams for over$150 million of water and wastewater treatment plant construction. Don Williams, P.E. (RKS)will serve as the lead electrical engineer for the reliability upgrades. Mr. Williams has provided electrical design services at 701' ; the NCWRF, and other Collier County facilities, for over 20 years. Ron Benson, Ph.D., P.E. (HMI) will serve as the lead engineer for the mechanical and compliance upgrades. Mr. Benson has also been involved with the NCWRF for over 20 years beginning by planning expansions up to 30.0 mgd from the then current capacity of 4.5 mgd. The knowledge of Mr. Williams and Mr. Benson of this facility is unmatched and will be of enormous benefit in designing and executing the reliability and operations upgrades. Our core professional team combining Mr. Eckmann's engineering management experience, with the design experience of Mr. Williams and Mr. Benson specific to the NCWRF assures that Collier County will receive efficient, high quality, locally responsive and superior professional services. Douglas H. Eckmann, P.E., BCEE, Chief Operating Officer, will serve as TKW's authorized representative and point of contract for Collier County concerning this proposal and contracting for services. TKW will accept any awards as a result of this RFP. TKW has been in business since 1989 and has over 20 years experience in this type of work. In fact, TKW provided the design and additional post-construction services for the effluent pumping and disposal facilities at the NCWRF completed in 2003 as part of the expansion to 24.1 mgd. Our core professional team members each have over 35 years of experience with -4- --- 4- ,-, - wastewater treatment pian, ueicin and construction. Respectfully submitted on behalf of TKW. RKS and HMI, ,r........'/r;:f / ei "-Z-i',.- ., .,.---- Douglas H. Eckmann, P.E., BCEE '-;,444! .4;;;lit4ille<, Chief Operations Officer and Engineering Manager ';' . : -1, 1-i -. TKW Consulting Engineers, inc. 239-278-1992 !i;:,?' )::4,4,.!:94';,, , '.!.,:tiie,,, ltelVP.CM4 Packet Page-1813- 10/8/2013 16.C.1. ��� Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ,..JN51,01NG kNGINEENS August 19,2013 TAB II: PROJECT UNDERSTANDING &APPROACH 3 Knowledge and Understanding of the Work — — —— — COLLIER COUNTY j i, WATER-SEWER DISTRICT The TKW team has an exceptional understanding NORTH COUNTY WATER RECLAMATION FACILITY of the Work needed at the NCWRF and the steps MULTIPLE COMPLIANCE POINTS PROJECT I ' necessary to achieve a successful outcome for "'�OR INTEGRAL F` °F DOCUMENTS necessary FOR E%PAI1810N T° 70.6 L1fd j Collier County. g,1 1N<a •°..°°`m""`°'°°°° 1_1l .�- Iil 1 x7 ^- 1 vs met Team members Hole Montes, Inc. and RKS ,, ,__r*.1i. I`"-1 _ ,..ti. Consulting Engineers, Inc. have previously pulled 1= r 'g'`'• i••sheets from the 60% design for the planned 1 `�� -�;, expansion to 30.6 mgd and addressed multiple '% ! I;= _ , ; -s _ compliance points as a potential separate project. i _=" The 90% plans prepared to date for the , I xuxnnusw,xx •„•MAY MOD I compliance project are included separately on the enclosed CD in pdf format. NCWRF Multiple Compliance Points Project 90%dots Class I Electrical Reliability Upgrade Service No. 1 The existing NCWRF Electrical Service No. 1 was placed into operation in 1993. The load at the plant was split into two services during the expansion to 24.1 mgd completed in 2003. Electrical Service No. 1 was configured to feed the north plant area loads. Electrical Service No. 1 is fed radially from one utility transformer, one utility main breaker, and through one automatic transfer switch. The loss of the now 20- year old automatic transfer switch will cause a total black-out of the north area of the plant. A manually operated standby power tie breaker was installed on the service in 1999 in order to bypass the single eD automatic transfer switch. The standby power tie breaker requires operator intervention and does not comply with present Collier County standards for reliability. The FDEP mandates reliability criteria for all systems within the facility. Reliability standards rely primarily on providing installed backup equipment(standby pumps, blowers, electrical equipment). Other criteria involve the operational flexibility to bypass failed equipment or processes while maintaining operation. The FDEP criterion for electrical systems includes the USEPA Design Criteria for Mechanical, Electric, and Fluid System and Component Reliability. The electrical system design requires flexibility to bypass component failures including transformers, breakers and feeders. This flexibility should extend throughout the electrical system down to the individual equipment branch circuit wiring. The proposed service upgrades will be designed with electrical Class I reliability utilizing dual utility °- :-._ and standby power feeds (Refer to Exhibit-1 a � _ Proposed Service No. 1 Single Line Drawing, ,r L --- larger exhibit at the end of this Section). The '' I �i - N. recommended new Service No. 1 will incorporate 1. dual main utility services through a double-ended I ' sectionalized 4000 amp bus service entrance i ' rating. The distribution sections will incorporate a V split bus across a tiebreaker capable of diverting electrical power from one bus to the other. I� _ = e Normally each side of the main bus supplies half ;' ,1.. of the service loads. In the event of a utility ""s _ mod=—I. = transformer failure, service entrance or main breaker failure, throw-over controls will be Exhibit 1 provided to allow both bus sections to be Proposed Service No.1 Single Line Drawing connected together through the tiebreaker. Each 0 2.1 Packet Page-1814- 10/8/2013 16.C.1 . 'I•6I1 , Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades UUNSULI1NG ENGANESRS August 19,2013 main bus supplies power to one of two Motor Control Centers in each remote facility. In the event of a feeder breaker or feeder cable failure, each Motor Control Center will incorporate a manually operated tie breaker to its adjacent Motor Control Center allowing all loads to feed through the Motor Control Center Tie. This scheme maintains the Class I reliability down to the branch circuit wiring leaving the Motor Control Centers. The proposed service upgrades will be implemented by installation of a new dual main electrical service and then backfeeding the __ existing Motor Control Centers one at a time After the new service is installed and serving the ' - north end Motor Control Centers, the existing �� — ai service switchgear will be de-energized and removed. The new electrical service switchgear • �..� ti will require an extension of the existing building to properly phase the construction while maintaining . "q1 i 1 continuous service to the plant loads. This •1-1r-- approach will allow utilization of the existing underground feeder duct banks to the remote ' ;; "=__'rt- Motor Control Centers throughout the north end of the plant. The existing switchgear area will be Exhibit 2 converted to distribution switchboards fed Proposed Service No.1 Layout overhead from the proposed new switchgear area. (Refer to Exhibit-2 Proposed Service No. 1 Layout, larger exhibit at the end of this Section) Standby Generators The existing standby generators are 20 years old. They have a minimum of 10 years remaining life. It is proposed to load bank test and evaluate the standby generator systems to determine the condition and depending on the findings of the load test to recommend improvements and upgrades. As a minimum the generator paralleling control systems will require upgrades along with new controls for utility to generator transfer systems. Instrumentation and Controls The switchgear and generator paralleling transfer controls will be designed for Collier County standards of Allen Bradley Control Logix based PLC control systems. Flowmeters and motor operated valves will be control network connected using Ethernet and Hart protocol networks. Building to building and building to device networks will be fiber optic based for immunity to lightning surge damage. Existing SCADA systems will be expanded and enhanced for operator and maintenance systems awareness. Multiple Compliance Points The North County Water Reclamation Facility (NCWRF) is an example of an orderly phased expansion of a master planned project, following a wastewater master plan prepared by TKW team member Hole Montes and with ongoing engineering assistance provided by Hole Montes during the past twenty years. Twenty years ago, the NCWRF consisted of three independently operated treatment plants (1) a 1.5 mgd package plant, (2) a 1.0 mgd oxidation ditch with one clarifier, and (3) a 2.0 mgd oxidation ditch with two clarifiers. The wastewater master plan identified the need for a considerably larger regional treatment plant as other smaller privately owned and operated treatment plants were taken offline as well as the rapid growth of the northern portion of Collier County. Hole Montes developed a plan which consisted of two major steps, with the second step to be divided into phases. The first step was to allow the older 1.5 mgd package plant to be taken offline and converted to an aerated sludge holding tank combined with new construction to maximize the capacity of the oxidation ditch portion of the facility through optimization of existing structures along with new structures. This allowed expansion of the capacity to 8 mgd by the mid-1990. The second step was to construct a new treatment plant to the south of the original plant incorporating the MLE activated sludge configuration in a modular approach to allow phased construction of additional treatment capacity. Only a few years after completion of construction of the expansion to 8 2.2 Packet Page-1815- 10/8/2013 16.C.1. 176A : Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades 'CUNSULIING ENGINEERS August 19,2013 mgd and the design and construction of the first phase of the MLE plant was begun. Approximately five years later, the second phase of the MLE plant was initiated. Each of these construction activities were initiated due to the increase in flows within the North County wastewater service area. Completion and startup of the new treatment units required to provide increased capacity was often on the edge of not keeping up with the rapid growth. By the completion of the last phase of construction (to a capacity of 24.1 mgd), the County finally had some excess capacity. Based on a combination of reasons, including FDEP Consent Order and planning for then projected continuation of rapid growth, Collier County authorized design of the build-out expansion of the NCWRF to 30 mgd. The first phase of the engineering for that project was to perform an evaluation of condition of all existing facilities, as by then some of the earlier portions of the equipment and structures were showing their age. In addition, Collier County was also re-evaluating the reliability classifications which were appropriate for a facility which was permitted for 100% reuse and whose customers were counting on the irrigation quality water production for their daily irrigation needs. One area which was identified for upcoming rehabilitation and upgrades was the electrical systems for the oxidation ditch portion of the site as they were the oldest systems and had been originally designed under older reliability criteria. Another area which was identified for the upcoming project was to provide the piping and controls which would allow the facility to operate each of the groupings of filters and chlorine contact tanks as an independent compliance point. The ability to operate multiple compliance points has the benefit of allowing the facility to operate at 100% of capacity needed at the time, while producing irrigation quality water which is in compliance with all FDEP permit requirements. Not only would this allow the County to remain in compliance with permit conditions, it also allows for minimization of the dedicated facilities to store non- compliant reclaimed water prior to retreatment, which has an economic benefit. These two components of the scope of work for the design of the expansion and upgrade of the NCWRF to 30 mgd were part of the work which TKW team member Hole Montes was involved previously and design work was advanced to approximately 60 percent complete prior to the County postponing those work efforts due to economic conditions. As part of that same evaluation and design effort, other cost effective projects were identified which would improve system reliability and compliance with permits. A group of these projects were identified for design and were constructed under the CAP project. Hole Montes was involved during the planning and design of this project and was also the engineer during construction phase. The CAP project was completed earlier this year. Collier County also found funding for other component parts of the overall reliability and compliance portions of the work previously identified and retained Hole Montes to design those as well as perform construction phase engineering services. These components included the demolition of the old 1.5 mgd package plant which had no longer been reliable for use as an aerated sludge holding tank and construction of a new Flow Equalization Basin (with the added reliability for use as an aerated sludge holding tank) in it former location, as well as rehabilitation of the older sand filters associated with the oxidation ditch portion of the facility. TKW team member Hole Montes is currently involved with services during construction for these overall reliability and compliance ,Thr7F1- upgrades at the NCWRF. (Refer to Exhibit-3 r'F' � Process Flow Diagram for addressing multiple -= - — -- compliance points, larger exhibit at the end of this �� �� � : r a� Section) 11 IL zH Lt As the result of this extensive involvement over the 1 K past 20 years, and detailed knowledge of the ! ff } _ - �� ��� I 1 I lira NCWRF components the TKW team will be able to I — efficiently address the piping and valving modifications needed to address the multiple — - — compliance points project. Exhibit 3 Process Flow Diagram 2.3 Packet Page -1816- 10/8/2013 16.C.1 . TAW, Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric'Reliability and Mechanical Operations Upgrades i ONSUIIINti SN61NEESS August 19,2013 Approach to Completing all Tasks The general approach will be that the Work will be divided between the three consulting firms of TKW, RKS and HMI in order to complete all tasks. RKS will be performing the Electrical Reliability upgrades and HMI will be performing the Mechanical Operations Upgrades for multiple compliance points. HMI will also perform all survey required based on their extensive data base and experience at this facility. If the existing electrical building is extended TKW will provide structural engineering in support of building modifications. TKW will also provide overall project management and coordination and project quality management. The TKW team has reviewed the nine Performance Measures established in the RFP. As the CONSULTANT for Collier County if selected, the TKW team will incorporate in the design and comply with the County's Performance Measures established for this project regarding plant capacity, noise ordinance, operational safety, FBC and wind-design criteria, USEPA Component Reliability criteria, alignment with current operations, ability to provide operator training and post construction phase services, provide O&M manuals, and use of electronic technology and advanced electronic document management procedures during design development, construction documentation, and post construction documentation. Concerns of Significance Switchqear Replacement for Class I Reliability Standards— Electrical Building It may be possible to replace the switchgear in the existing space and avoid extending the electrical building. This would entail less structural work but more electrical work. However, it could lower the cost of the project. There are compromises and complexities that need to be evaluated. The TKW team will address this concept early in the project development for review and if recommended, concurrence of Collier County. Backup Power Contingency Plan Replacement of the main Electrical Service No. 1 Switchgear will increase the chances of a construction phase incident causing a power outage to critical facilities. A contingency plan for backup power will be required as a precaution for inadvertent power loss due to electrical related construction activities. The backup power contingency plan will be documented, installed, and dry run tested prior to commencement of major electrical construction activities. The backup power contingency plan will provide Collier County with an acceptable level of operational assurance for all mission critical facilities. 2.4 Packet Page -1817- 10/8/2013 16.C.1. 4 Ei i;Z 1 t g i S Z 3 i ,., :2. •I ,, ... e ., A I g I 7 N-- —I i H Iv 1 _ .w I , --, gi 0 1 ti g El 2 e u,m s 2 i 1 R . .- I 1 I,r, ii A ,e- ,„, •-' 11 III d 1 ■ Tri?-----1:-WEil,,1 UV r [. ,:-77, ',,," '. ;... li lir 1 k .....) m. i $ 1 a • I Eli INA i $ 1 lim 5 it: l'. ill Pill! i ill .1 p.1 I 1 i 1 --).___... k. %°Pill -Q".".) L ., , __„__________,.. , ,•.,., „.: 1 , LL4,1 I , ,.. tIgIE fli f 1 5 I ,E r 4 i 1 --C.' t ICE, , .__.i,. iiiii 1 I cO,T1 1( e 1 C o. I.. 1 d , --1 i — p C1k ••= ..,., iii 1 ii .....<3.— 7 -- toi 1 L._., ,.._. 1. , _........_ .. = 1 tHri p. IIC I e __(--,, r........- in 4 r•-•'-^ i i il-M01 -(1,1/— e ,t- , 'r, ,RREM P Es' ik u ---- -- 2 $ d --- , - .2 0, c=7) t. — 0 z S.' 2 a., u) -.25 — 8 ,St. 2 i . eu<67 Packet Page -1818- 10/8/2013 16.C.1 . i El ,I,t ti k 8. i 1 8 i f r= i ii ■ I , , I `‘ I , 1-- 7 ,-,i __ - I, t ; L... rom sro. I, I._I;. 1) . III ,... V; r / -i ET ,.. r 1: ttl r,,, E p, e • ,, !..111 : ' d ill i / t/ 11 --7-.7 - P9' , ,. „ ,. •i , ,‘ gg P ICI k I , „'„' — --IL- I'll g' . HI __. to Erl gi i III a zif--11 - ,, - ,, i . , 8 / ■.3 ,., „ --1 I i , , , Z-'31d ,,•.' ...., J I ,—.L.,ii. IA 111111 ic 2 •)' I . . --_-_—,_—_—_--._..1, 1 . 11111111 \ I kre! • / tr , , sz --_—__..-..1 \ _ ___ _ _ m 1 I r= '41 ii --- - - iY4-*-- ■11, 11 ' t -- §T:V ***Ill Adill / ,1-1-t- ' u--..-i 1 7 ''-w.t .- I-1;4,1'41min / . LI r 11M I ' ' 1 1131= ;FRONT OF SWITCHGEAR 8 .---1 '1 811iii: , 2. ' 1 lig .,,, • m , _ 18 CI S.1411 Ile■ i )'M ,- in■IMMON■111 01 s i al / ,' La / .,--- = ,■Il „-- 2.1=1 ,- i _ , , , 1 1 , z -/-- - --1__J ,..- ?)) ..., - a” I . I---- cr) V V N.2 , t. . - 2 2- 1J . 2 IF- IL a. Packet Page -1819- 10/8/2013 16.C.1. lizr., ii tg ,21 1 i 1 -A " 2 I- iim E., /1i P8 A 1:1 .111 1,153-11 Op 1 i DR II il 11, la tabbtototo I p 1 _,/ H . 16 0 11 - © 1 i Ili i 1 11 11 —r Li 14-111 -,_tibibito— 0 : ; 111 1 lb 1! 1 11 " II it: I rkig lir4q1 . - _ - - .. ti A . - ' EIROMMITINI Mil- L L....) E2.11111,11.51 1111111111 IMUMi . L=r2 wiz 1 m o',I 1 11 1 AL& tia— LargE § .. rim IN•LF._ .=ANI&L.11 -- : I 111111131[21 I ' d II. ill 11 ill I 1..11 IIIIIIIIIIIMMIIIM pm iii ."- f g ir gill op . og . jp. II; ICE; ill )1, ....-0,0 1; iiiiii■oi NM . if 3:± oak IIII__ .. Imp _IN a §-tall ii • 0 _ i—AL–, zi s 32 1 111."1111MMIZI. 1111 2 0 li 0 1 1 Em .wil 1 I I1■11.4 I 7 I 1. ry Izi ...._ 1 w 8282.2 2 R •-.in \k't MIMI li , it 5 ILI= '!IIIV II . q 11 ki Pi T 1014 ir ii . e 11 ill 1 ' 71 1%7T or rei hi 14 i 1 ioliiiiiial 1 1 4 okidlt oi 11 IN \ I g 2 ... 41 72;, 0 LL ,——.. V E 8 km ul CE Packet Page-1820- 10/8/2013 16.C.1. T6 A f Collier County.CCNA Solicitation Upgrades 13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations U LUNSJJIING ENGINkk11S August 19,2013 TAB III: EXPERIENCE&CAPACITY OF FIRM The Proposed Project Team The lead professionals proposed for the NCWRF Electrical Reliability and Mechanical Operations Upgrades project are: • Douglas H. Eckmann, P.E., BCEE—Project Manager and Design Quality Manager TKW Consulting Engineers, Inc., Fort Myers, FL 40 years professional experience, 20 years in Florida as Design Manager on over$150 million Florida treatment plant construction • Ronald E. Benson, Ph.D., P.E.— Lead Engineer for Mechanical Operations and Multiple Compliance Points Hole Montes, Inc., Naples, FL 35 years professional experience, 20 years experience with the NCWRF for Collier County • Jerry Taricska, Ph.D., P.E., BCEE—Supporting Mr. Benson for process-mechanical design Hole Montes, Inc., Naples, FL 35 years professional experience, 20 years experience with the NCWRF for Collier County • Don Williams, P.E. —Lead Engineer for Electrical Reliability RKS Consulting Engineers, Inc., Fort Myers, FL 40 years professional experience, 20 years experience with the NCWRF for Collier County • Tracy Prokopetz, P.E. —Electrical Engineer RKS Consulting Engineers, Inc., Fort Myers, FL Supporting Mr. Williams for electrical and instrumentation design and construction phase services, inspection, start-up, and testing The following organization chart highlights the proposed professional team and supporting disciplines. The proposed team is entirely local and addresses all of the professional services, including cost estimating, construction, and post-construction services required for the Detailed Scope of Work in the RFP. 3.1 Packet Page -1821- 10/8/2013 16.C.1 . TrW Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades cuNSUnmu ecweerss August 19,2013 Organizational Chart .- Collier County CCNA Solicitation # 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades PROJECT MANAGER I DESIGN QUALITY MANAGER Doug Eckmann, P.E., BCEE ELECTRICAL RELIABILITY MECHANICAL OPERATIONS UPGRADES I ELECTRICAL ENGINEERING& PROCESS MECHANICAL ENGINEERING INSTRUMENTATION Hole Montes, Inc. RKS Consulting Engineering, Inc. Ron Benson, Ph.D., P.E. Don Williams, P.E. Jerry Taricska, Ph.D., P.E., BCEE Tracy Prokopetz, P.E. DISCIPLINE SUPPORT SURVEY&MAPPING SERVICES CIVIL I ENVIRONMENTAL STRUCTURAL ENGINEERING Hole Montes, Inc. ENGINEERING James Lange, P.E., S.E., S.I. Tom Murphy, PSM Patrick Day, P.E. John Mahlbacher, P.E. Mike McGee, P.E. PERMITTING OPERATOR TRAINING I COST ESTIMATING I Hole Montes, Inc. START-UP CONSTRUCTION Terry Cole, P.E. Hole Montes, Inc. Hole Montes, Inc. Dawn Barnard Clifford Pepper, P.E. Mike Roddis Frank Feeney, P.E. Team Members: TKW Consulting Engineers, Inc. Hole Montes, Inc. RKS Consulting Engineers, Inc. 3.2 Packet Page-1822- 10/8/2013 16.C.1 . T`S Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades _oNSUL. 's tN(.cases August 19,2013 Relationships between Key Project Team Members Doug Eckmann and Ron Benson first worked together in 1996 when Hole Montes was a sub-consultant on a $25 million project where Mr. Eckmann was the project manager for planning, design and construction phase services on the Peace River Option, a 12 mgd expansion to the Peace River Regional Water Supply System. Doug Eckmann and Don Williams have worked together since 1998 on many projects where RKS served as the sub-consultant for electrical and instrumentation engineering to water and wastewater pumping and treatment projects managed by Mr. Eckmann, the first being the new 6,000 gpm Southeast Booster Pumping Station in Cape Coral, FL. Ron Benson and Don Williams have collaborated on many local projects since their first projects together, the Collier County East Golden Gate Wellfield in 1990 followed by the Carica Road Storage and Pumping Station in 1992. Qualifications of Project Team (listed in order of the organization chart) Doug Eckmann, P.E., BCEE(TKW) Project Role: Project Manager, Quality Manager, Coordinate Peer, In-House, and Owner Reviews Qualifications: Mr. Eckmann has 40 years of experience in the design and construction of water and wastewater treatment facilities. He is a Board Certified Environmental Engineer(BCEE) in water and wastewater. He also holds an MBA degree with an emphasis on engineering economics. He has participated in the design of over 100 wastewater treatment plans in his career. Notable Florida projects include: Project Manager for the$36 million Sarasota County Carlton EDR WTP, the$25 million Peace River Facility 2001 expansion to 24 mgd, the$80 million Peace River Facility 2009 expansion to 48 mgd, the Lee County Fort Myers Beach WWTP upgrade, the Lee County Three Oaks WWTP upgrade, construction phase services for the Lee County Gateway WWTP expansion, the Little Venice WWTP in the Keys, the Big Coppit WW system in the Keys; Project Quality Manager and FOR for$25 million remediation and advanced wastewater treatment system for the Tallevast remedial action plan implementation (RAP), Project Quality Manager for$20 million Hialeah new RPO WTP design-build. Mr. Eckmann is highly experienced in managing, coordinating, and integrating diverse multi-disciplined design teams on treatment facilities, bringing a systems engineering approach to the design team. Mr. Eckmann, in the lead role, brings a fresh set of very experienced eyes to the NCWRF; however, he does so with the knowledge and experience only HMI and RKS can bring to the project. This combination of diverse facility experience, detailed experience with the NCWRF, and the comprehensive professional credentials of the team provide Collier County the optimum combination of a fresh look without losing the unmatched institutional knowledge gained from 20 years of involvement with the NCWRF. Don Williams, P.E. (RKS) Project Role: Principal Electrical Engineer Qualifications: Mr. Williams has 40 years experience in all aspects of electrical design for facilities including, power distribution, emergency power, lightning protection, telemetry, instrumentation, and control and SCADA systems. He has extensive experience in all phases of project development and delivery, including project development, cost estimating, production coordination of complex equipment, design services, plans and construction documents, bid phase services, construction supervision, system start-up, functional testing, and warranty resolution. Notable related projects where Mr. Williams was the Principal Electrical Engineer include: Collier County NCRWTP expansion to 20 mgd; Collier County NCWRF expansion to 24.1 mgd; Collier County 30 mgd deep well injection at the NCWRF; Collier County master pumping stations; Lee County Gateway 4.0 mgd WWTP; Lee County Green Meadows WTP/Corkscrew Interconnection pumping and storage; Collier County South Regional WWTP improvements; Lee County Fort Myers Beach WWTP deep bed filters and effluent pumping system, Interim Improvement Project, and Standby Generation Project, Collier County Manatee Road ASR Well; Collier County NCWRF Reuse Pumping Station; Lee County Fiesta Village WWTP 5.0 mgd upgrade 3.3 Packet Page-1823- 10/8/2013 16.C.1. Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades UUNSVLIING ENGINEERS August 19,2013 Tracy Prokopetz, P.E. (RKS) Role: electrical engineering design, inspection, start-up, and testing of electrical systems Qualifications: Ms. Prokopetz has 13 years of experience in the electrical and instrumentation design related to treatment facilities. Notable related projects where she provided electrical engineering design include: Lee County Olga WTP, Lee County Gateway WWTP, design for Collier County NCWRF expansion to 30.6 mgd, Lee County Three Oaks WWTP, and Collier County NCRWTP expansion to 20 mgd. Ron Benson, Ph.D., P.E. (HMI) Project Role: Principal Process-Mechanical Engineer, Operations Support, Post-Construction Services Qualifications: Dr. Benson has been involved with the NCWRF for more than twenty years. His first involvement was in preparing an update to the North County Wastewater Master Plan with regard to identification of phasing of future expansion of this facility from the then current capacity of 4.5 mgd up to a future capacity of close to 30 mgd. This was a very important consideration for Collier County as the rapid growth during the 1990's and first half of 2000's required a series of expansion projects to keep the treatment capacity ahead of the flows entering the facility. The plan which was developed was to optimize the then existing oxidation ditch technology up to a capacity of 8 mgd and then to begin phased construction of a MLE technology facility on the same site for capacity expansion in excess of 8 mgd. The various construction projects over the past twenty years on this site have essentially followed this early phasing plan, including the expansion to 30.6 mgd which has been placed on hold pending change in economic conditions which will again spur population growth in the area. During each of the expansion and upgrade projects which have been completed over the past twenty years, there has been one common denominator and that has been the involvement of Ron Benson on the project team, he has provided his expertise, both of wastewater treatment in general as well as unmatched specific knowledge of the NCWRF complex. Operation of the facility during construction activities has become an area of his expertise over the years, just as it has for the County's operations staff. Operation of the facility, while taking various systems and facilities in and out of service, has also been an area of his expertise and it is not unusual for him to be called by the Plant Manager for advise when putting facilities into service during the onset of peak season as well as taking facilities off line during the transition to off-peak season, especially during construction activities are ongoing. Dr. Benson, and his team at Hole Montes, continue to provide on-going support services at the NCWRF, as well as other wastewater facilities under a continuing contract which allows them to provide on-call support and process assistance. Dr. Benson will continue to be available on an on-call basis during the upcoming construction project and this will help assure that Collier County maintains operations while producing irrigation quality water throughout the construction period for this project. He has worked with the key individuals with Collier County engineering, management and an operation staff for many years. Jerry Taricska, Ph.D., P.E., BCEE(HMI) Project Role: senior process-mechanical design engineering Qualifications: Dr. Taricska has 35 years of engineering experience and is a Board Certified Environmental Engineer(BCEE) in water and wastewater. He has been involved in numerous projects at both the NCWRF and Collier County SCWRF for nearly twenty years. Tom Murphy, PSM (HMI) Project Role: Lead Professional Surveyor-Mapper Qualifications: Mr. Murphy been a surveyor with Hole Montes for twenty-seven years. During this time, Hole Montes has provided the surveying at the NCWRF on a series of projects dating back to 1993. Mr. Murphy is very knowledgeable of the boundaries and features within this site, having directed the survey crews working on this property doing a wide variety of surveying activities including identification of existing systems prior to construction, location of systems during construction, as well as recording locations for record drawings. 3.4 Packet Page-1824- 10/8/2013 16.C.1. MA Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades _ON$Ut11Na tN(s!,at,i$ August 19,2013 Patrick Day, P.E. (TKW) Project Role: civil-environmental engineering,wastewater process-mechanical Qualifications: Mr. Day has 17 years of experience in civil-environmental engineer with an emphasis on wastewater and reuse system treatment and collection. Notable related project experience includes: Project Manager and Project Engineer for City of Fort Myers$70 million 24 mgd East Water Reclamation Facility, Lee County Fiesta Village WWTP upgrade to 5.0 mgd; construction phase engineering support for, Collier County NCWRF 37 mgd effluent pumping and disposal system, Lee County Burnt Store WWTP. He has also served as project engineer for numerous sewer mains and reuse pipelines, such as City of Fort Myers 24 in and 36 in reuse interconnects. Mike McGee, P.E. (TKW) Project Role: civil-environmental engineering, wastewater mechanical, piping system engineering Qualifications: Mr. McGee has 20 years experience in civil-environmental engineering. He has experience with treatment facilities and is especially experienced in piping systems and trenchless technologies. Notable related project experience includes: Project Manager and Project Engineer for new FKAA Cudjoe Key advanced wastewater reclamation facility; Project Engineer for City of Fort Myers 24 mgd East Water Reclamation Facility; Project Manager and Project Engineer for$12 million Peace River Facility structural upgrades. He has served as the project engineer of record for numerous urban pipeline projects in congested areas. James Lange, P.E., S.E., S.I. (TKW) Project Role: Principal Structural Engineer Qualifications: Mr. Lange has 39 years of experience in structural engineering of all types of commercial and institution industrial facilities. He is an expert in the FBC and design for hurricane resistant wind loading. He is a registered Structural Engineer in Florida (S.E) and a Certified Structural Inspector (S.I) for Florida Threshold Building Inspections. Notable related project experience includes: structural upgrades for the Peace River Regional Water Supply Facility; City of Marco Island, utilities operations building, membrane filtration building, and Reclaimed Water Production Facility instrumentation and controls building; structural design for Lee County Gateway WWTP 3.0 mgd expansion. John Mahlbacher, P.E. (TKW) Project Role: structural engineering and treatment plant construction engineering Qualifications: Mr. Mahlbacher has 14 years of experience in structural engineering and in construction administration for treatment plants. Notable related experience includes: On-site project engineer North Cape Coral $100 million RO Plant; Pima County AZ, on-site engineer for$200 million WWTP upgrade; TP Smith WWTP Tallahassee, structural engineer for$200 million project; Charlotte County WRF design structural repairs and renovations after Hurricane Charley; structural upgrades for the Peace River Regional Water Supply Facility. W. Terry Cole, P.E. (HMI) Project Role: Lead Permitting Engineer Qualifications: Mr. Cole has thirty years of civil-environmental engineering experience and will be responsible for local permitting issues as well as any modifications which may be necessary with the storm water management(ERP) permit. He headed the local (SDP) permitting process for the NCWRF 30.6 MGD plant expansion project and this knowledge of not only the local permitting process, but that associated with the NCWRF, will expedite the permit application through the Collier County review process. Dawn Barnard, Class A Operator(HMI) Project Role: Lead Operator Training, Operations Manual Updates, Operations Support Qualifications: Ms. Barnard has 35 years of wastewater operations experience and holds a Class A Wastewater Treatment Operator license and is a Certified Wastewater Treatment Instructor. She will be providing technical support and assistance with regard to operational issues. Ms. Barnard is intimately familiar with the NCWRF, so she can quickly review current operating parameters and process performance to assist with system shut-downs, effluent quality concerns and to help coordinate any contractor activity that might affect the NCWRF operations. She will be involved with start-up and 3.5 Packet Page-1825- 10/8/2013 16.C.1. 76 r ENGiNttNS Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades LUNSUl1ING August 19,2013 training, as well as preparation of the O&M manual. Ms. Barnard has worked closely with Ron Benson over the past fifteen years as they have prepared the FDEP permit renewal applications for the NCWRF. The proposed work which is to be constructed has already been included with the FDEP permit for the NCWRF. Mike Roddis(HMI) Project Role: Construction Administration, Construction Phase Services Qualifications: Mr. Roddis is experienced providing on-site observation of construction activities and continuous feedback the design engineers to ensure compliance with the Contract Documents. He has over thirty years experience with construction oversight including excellent documentation skills. He has demonstrated his ability to provide field observation, documentation and support for several large Collier County water and wastewater projects. He provided these services on the Compliance Assurance Project(CAP) at the NCWRF as well as the Operational Readiness Program. Based on previous work at the NCWRF Mr. Roddis is very familiar with the operations at the NCWRF and has demonstrated his ability to work long hours and to engage the contractors in a cooperative manner. Clifford Pepper, P.E (HMI) Project Role: Lead for Cost Estimating, Constructability Review, Planning Construction Phasing Qualifications: Mr. Pepper has spent his entire 45 year career in the design and construction of public and governmental utility projects. He has a Masters Degree in Environmental Engineering and experience in every aspect of water distribution, wastewater collection and reuse water systems. His projects have a total cost of over$500 million. Mr. Pepper's sixteen year tenure at Hole Montes has been focused on constructability, cost estimating, design and construction phase services. Frank Feeny, P.E. (HMI) Project Role: Constructability Review, Cost Estimates, Construction Phase Services Qualifications: Mr. Feeny, experienced in construction administration, will review shop drawings, assist with responses to RFIs, provide support with field observation, and assist with start-up assistance. Mr. Feeney has served in this role on the most recent projects which have been completed and are ongoing at the NCWRF. 3.6 Packet Page-1826- 10/8/2013 16.C.1. re, Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades CUNSJIiINS ENSINt nS August 19, Sub-Consultant Affirmation Refer to the letter dated August 2, 2013 from Hole Montes, Inc. signed by Ronald E. Benson, Ph.D, P.E., Senior Vice President, affirming HMI commitment to perform as a sub-consultant on the TKW project team. Refer to the letter dated August 9, 2013 from RKS Consulting Engineers, Inc. signed by Don Williams, P.E., President and Principal Engineer, affirming RKS commitment to perform as a sub-consultant on the TKW project team. NITA w.'—in,. RKS Consulting Engineers.Inc. DSO Wove W5l Ee000ai.incnumenutlon S Control Design HWa.,Pm.Monte.to HOLE MONTES (2301 oo ab DIMS IIINUS.MICIe eae*a minwe August 9,2013 x 2.2nt2 Douglas of E gin enn,PE Director of Enng Engineers,g oowa,U.Isxmann.p.:.,tsccE TKW Consulting Engi Inc. Gnrpl opnrnmx Oxkt as tr,xttrrinx Man.xer 5621 Banner Drive IKW<unsunlno txs•ee.:.xK Felt Myers,Florida 33912 s4z1.tnner wNe ton Myers.S 000,32912 Reference'.Collier County CCNA Solierfa ion 413.6020 NCWRF Design Senecas for en tart.of iota. Demos!Rehab/ldy and Mechanical Operations Upgrades Sokitasee X1.44020 Koff OeE4o 0.nloer for Pleat.RNI.bIXY* MaMWaSOpomoo sUproWae Dear Mr.Eckman, D.ar Mr.trkmanm Please accept the document as a'Letter of Intent"for RKS Consulting Engineers to provide electrical,instrumentation and control sub-consulting services to TKW hole Manus,Inc,b deem totem with you tcr One atom i lereiH M project for fnleee County. Consultng Engirieeie for the above referenced project.RKS will not be pursuing the project as a prime consultant. rlic a.nt NNweocer.ac s.icc,[Iwn,Srentv.n0 tenllicarons.e.penne..M emerlarce to Collier(cooly for this NCWRY project. Thank you for Ih¢opportunity to be of service to Collier County and TKW Consulting Engineers. Sixcmely, HOLY MONIES,xYG Sincerely, IONS Consulting Engineers Sear vim Prnlaent/Mmmul 'f'I�,t / Don Williams,P.E. Pnncipal I 100 Shamrock Drivc,Foo M,aan,FI.33972 entoe tligtut..6775•tu(119.n92. Lint,ucola.e,la..nu n Outside Services The TKW team will work with Collier County staff to identify and select qualified supporting services from consultants acceptable to Collier County for laboratory testing and geotechnical services. The TKW team will also work with the County to identify and engage independent qualified technical review for portions of the work where qualified independent review is not available with the team's in-house staff. Our approach to design qualify management is to have an independent review by qualified professionals for all deliverables to the client, Collier County. It will be in the best interest of the design team and the client to engage qualified outside consultants for a completely independent and unbiased review. These independent consultants for peer review if used are best determined once the project is advanced to the 10-15% completion stage, although well before the planned 60% completion stage reviews. 3.7 Packet Page-1827- 10/8/2013 16.C.1 . � Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades _.,rv,�rnrvc ENGINEERS August 19,2013 Resumes of Project Team Members The résumés of key proposed team members are attached on the following pages. • 3.8 Packet Page-1828- 10/8/2013 16.C.1. I I r6� Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades roN,uuwu ENGWCCHS August 19,2013 'r610k/ Douglas Eckmann, P.E., BCEE CONSULTING ENGINEERS Chief Operating Officer, Engineering Manager NCWRF Project Role Mr.Eckmann has extensive experience in water and wastewater treatment Project Manager plant design,and construction. He is a Diplomate of the American Academy Project Quality Manager of Environmental Engineers holding specialty certification in water and wastewater engineering. He also holds an MBA and has experience with Education economic studies for engineering projects. He is experienced in managing • MBA Economics, 1984, multi-discipline design teams on complex projects. St.Edward's University • B.S.in Mechanical Design and Construction Experience—Public Treatment Plants Engineering,1971, Northwestern University PRMRWSA,1991 Rebuild Project,DeSoto County,FL Proiect Quality Manager for repairs and renovations to the original 12.0 mgd Professional Registrations water treatment facility acquired by the Authority in 1991. • Licensed Professional Engineer,FL:#47259 PRMRWSA,Peace River Facility,DeSoto County,FL • Licensed Professional Project Manager for preliminary design of new 6,000 sq ft Operations Center. Engineer,TX:#49971 • Board Certified PRMRWSA,RO Feasibility,Lakewood Ranch,FL Environmental Engineer in Project Manager Preliminary design of a 6.0 mgd phased membrane Water&Wastewater treatment system in support of the Authority's groundwater feasibility study. Engineering,#88-10054 Town of Fort Myers Beach,Booster PS,Fort Myers Beach,FL Professional Affiliations Project Manager for design and construction services supporting the • ACEC/FICE reconstruction of the town's main water system booster pumping station. • ASCE • AWWA Lee County Utilities,Gateway WWTP Expansion,Fort Myers,FL • American Academy of Principal-in-Charge for construction phase services in support of a$27 million Environmental Engineers expansion to Lee County's Gateway WWTP. • FES/NSPE • Florida Water Environment PRMRWSA,Peace River Facility Expansion,Lakewood Ranch,FL Association(FWEA) Principal-in-Charge and Project Manager for the planning,design,permitting • Southeast Desalting and construction of a$80 million 24 mgd expansion the Regional Expansion Association(SEDA) program to the Regional Water Supply Facility increasing capacity from 24 to • WEF 48 mgd. Joined TKW: PRMRWSA,Peace River Facility Expansion,Lakewood Ranch,FL 2013 Project Manager for the planning,design,permitting and construction of a $25 million 12 mgd expansion the Peace River Option Program to the Total Years Experience: Regional Water Supply Facility increasing capacity from 12 to 24 mgd. 40+ Lee County Utilities,Three Oaks WWTP Expansion,Fort Myers,FL Project Manager for design team supporting the$22 million Three Oaks WWTP Expansion from 3.0 to 6.0 mgd design-build project delivery in partnership with Wharton-Smith contracting. TKW Consulting Engineers 1 Eckmann 3.9 Packet Page -1829- 10/8/2013 16.C.1. TrW Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades C:JNSUL11NG ENG■NtENS August 19,2013 lir'`�N Douglas Eckmann, P.E., BCEE CONSULTING ENGINEERS Chief Operating Officer, Engineering Manager Lee County Utilities,Beach WWTP,Fort Myers, FL Principal-in-Charge and Project Manager for design of new filter structure with integrated chlorine contact and reclaimed water pumping station for Fort Myers '' Beach advanced wastewater treatment plant,6.0 facility with 18.0 mgd peak capacity. ml `• CERP Caloosahatchee River Pilot ASR,SFWMD, West Palm Beach,FL Project Manager for engineering team responsible • for the planning,permitting,and design of the well Sarasota Courtly surface facilities,intake structure,pipelines,and 5 12.0 mgd Carlton.EDR litTP mgd surface water treatment plant in support of Caloosahatchee River pilot ASR project City of Cape Coral,Southeast Storage and Pumping Station,Cape Coral,FLT"" Project Manager for planning,design,permitting, and construction phase services for new 6,000 gpm pumping station and 2.0 mg prestressed concrete r y storage tank ° T.Mabry Carlton Jr.Reserve Water Treatment Plant and Wellfield Collection System,Sarasota ' s►..� � County,FL Proiect Manager for the construction phase of the ` - f $36 million 12.0-mgd Electrodialysis Reversal water e treatment plant,at the time the largest EDR water Lee County P 9 Three Oaks WWTP treatment plant in the world. Project included surface facilities for 12 water production wells and 11 miles of pipelines. Lockheed Martin Corporation,Tallevast �' ... Remedial Action Plan,Sarasota County,FL FOR and Project Quality Manager for$25 million remediation project that included a high technology wastewater treatment system housed in an architecturally enhanced LEED certified main process process building. Treated groundwater blended into Manatee County reclaimed water system. Hialeah Reverse Osmosis WTP,FL Project Quality Manager for new$20 million design Peace Rit nr build advanced water treatment plant. 18 mgd R,'euatul Facility TKW Consulting Engineers 2 Eckmann 3.10 Packet Page-1830- 10/8/2013 16.C.1 . r6 A/4 Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades Oesuume ENbiNELtt August 19,2013 N Patrick J. Day, P.E. CONSULTING ENGINEERS Environmental Engineering Manager • NCWRF Project Role Mr.Day has served as project engineer for numerous projects involving Civil-Environmental Engineer wastewater treatment systems. He was the project manager and design Education engineer for various water and wastewater utilities replacement for the City of Fort Myers Downtown Streetscape Project which received the 2010 APWA • M.S.in Civil Engineering, Project of the Year award. 1996,University of South Florida Design and Construction Experience—Public Treatment Plants • B.A.in Business Administration, 1978, Lee County Utilities—Airport Sewer District Transmission Main,Fort University of Cincinnati Myers,FL Professional Registrations Project Engineer for the design,permitting,and construction of Lee County • Licensed Professional Civil Utilities Sewer District Transmission Main to convey raw wastewater through Engineer:FL #56709 19,000 feet of 24 in to the Gateway Wastewater Treatment Plant. The project involved and modeling for the entire Southwest Florida International Airport Professional Affiliations sewer district and then sizing and locating the force mains while at the same • Florida Engineering time reversing the flow from three lift stations using existing mains if possible. Society,Calusa Chapter Project involved directional boring through a conservation easement and President 2010 using an existing casing under a major highway which limited the size of the • National Society of main. Professional Engineers • Water Environment Collier County North County Water Reclamation Facility,Naples,FL Federation Project Manager for the bidding and construction phases of the 37 mgd effluent pumping station Joined TKW: 1996 City of Fort Myers—East Water Reclamation Facility,Fort Myers,FL Project Engineer for the design development including the permitting of the Total Years Experience: WWTP on an existing landfill for a$70 million facility with an estimated final 17 capacity of 12 MGD on a 70-acre site. Fiesta Village Advanced Wastewater Treatment Plant,Fort Myers,FL Project Engineer for upgrade from a 2.5 mgd to a 5.0 mgd capacity. City of Fort Myers Reuse Interconnect,Fort Myers,FL Project Manager and Design Engineer for the design of over 22,000 If of 24 inch reclaimed water transmission main interconnecting the Central and South wastewater treatment facilities. The design also included over 3200 If of 36 in force main. Design involved innovative ways to avoid costly directional drills under canals and railroads. TKW performed a rigorous preliminary background check on existing utilities and found by taking advantage of existing piping and using already in place piping the City could save over$0.5 million. TKW Consulting Engineers 1 Day 3.11 Packet Page-1831- 10/8/2013 16.C.1. VW, Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ::JNSUl11NG ENGINEERS August 19,2013 "CALF Patrick J. Day, P.E. CONSULTING ENGINEERS Environmental Engineering Manager Gulf Coast Center,Buckingham,FL Burnt Store WTPIWWTP,Charlotte&Lee Project Manager for the design,permitting and Counties,FL construction of three miles of water main,water Project Engineer for inspection of the 0.914 mgd storage tanks and pump house for the State of Florida water treatment plant and distribution system;the at Gulf Coast Center in east Lee County. The project 0.50 mgd wastewater treatment plant and collection included demolition of the existing 0.2 mgd water system,and the Deep Creek wastewater collection treatment plant and conversion of existing potable system wells to irrigation wells. Bonita Golf&Country Club,Bonita Springs,FL Pine Island Wastewater Collection Transmission Project Engineer for a 0.50 mgd wastewater treatment System,Pine Island,FL plant with Class One reliability for reuse,13 lift Project Engineer for three lift stations and 40,000 If of stations and 17,000 If of force mains force mains Estates and Palmetto Elementary Schools Fiddlesticks County Club Wastewater Plant,Fort Wastewater Plants,Naples,FL Myers,FL Project Manger and Design Engineer for the design of Project Manager for rehabilitation and permitting 25,000 gpd wastewater plants for each school issues for the 0.15 mgd plant including effluent disposal to drainfields. Oak Park Village Wastewater System,Alva,FL Big Cypress Elementary School Wastewater Plant, Project Manager for the design and permitting of Naples,FL Proiect Engineer for the design and modifications that included the replacement of the permitting of a replacement of the 20,000 gpd existing 25,000 gpd extended aeration plant wastewater treatment plant and drainfield. TKW Consulting Engineers 2 Day 3.12 Packet Page-1832- 10/8/2013 16.C.1 . WA( Collier County'.CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades ,UNSUL1ING bNCUU.ces August 19,2013 lirrl/1/ J. Michael McGee, P.E. CONSULTING ENGINEERS Senior Project Manager NCWRF Project Role Mr.McGee offers 20 years of diversified civil-environmental engineering Civil-Environmental Engineer experience in water conveyance,distribution,wastewater treatment and Education specializes in complex underground piping projects. • Masters in Civil Design and Construction Experience—Public Treatment Plants Engineering, Environmental,1998, PRMRWSA,1991 Rebuild Project,DeSoto County,FL Auburn University,Auburn Proiect Manaaer and Proiect Engineer for repairs and renovations to the AL original 12.0 mgd water treatment facility acquired by the Authority in 1991. • Bachelors of Science Mechanical Engineering, WTP Improvements,Punta Gorda,FL 1984,United States Naval Project Manager and Design Engineer for re-rating permitting,design,and Academy,Annapolis,MD, construction support for improvements to the city's surface water treatment With Distinction plant to bring capacity to 10.0 mgd. • Graduate of Nuclear Engineering Program,Navy Seminole Brighton Aquifer Storage and Recovery Site,Lake Nuclear Power School Okeechobee,FL Professional Registrations Prepared conceptual design report for the Seminole Brighton ASR site,to • Licensed Professional Civil support this SFWMD alternative water supply initiative. Conceptual design Engineer:FL #44055 addressed filtration and disinfection systems necessary to treat canal water prior to ASR storage. Professional Affiliations • Water Environment Bonita Springs Utilities RO WTP,Bonita Springs,FL Federation Designed production well field,concentrate disposal deep injection well,and • American Water Works improvements in the lime treatment process. Resident construction engineer Association for this new RO WTP. • Peace River Engineering Society T.Mabry Carlton,EDR WTP,Sarasota County,FL • Captain,U.S.Navy Project Manager for Water Supply Master Plan,alternative sources Reserve Officer,Retired evaluation,and blending of bulk potable water from the PRMRWSA at the Carlton EDR WTP facility. Joined TKW: 2008 Hillsborough River Water Treatment Plant,Tampa,FL Total Years Experience: Permitted a$50 million expansion design-build project for the City of Tampa. 20 FKAA Cudjoe Key WWTP,Cudjoe Key,FL Project Manager and Design Engineer responsible for the design,permitting, and bid phase support services of this 1.0 mgd advanced wastewater reclamation facility(AWRF)which will treat wastewater to reclaimed water quality standards. East Fort Myers Water Reclamation Facility,Fort Myers,FL Project Engineer for design and permitting of a 24 mgd water reclamation facility,a public works depot,and a commercial area. TKW Consulting Engineers 1 McGee 3.13 Packet Page-1833- 10/8/2013 16.C.1. wir6 I/ Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades ,.:UNSVLIINC+ENGINkcpS August 19,20 J. Michael McGee, P.E. CONSULTING ENGINEERS Senior Project Manager PRMRWSA,Lakewood Ranch,FL US-41 Utility Relocation—Corkscrew Road to San Proiect Manager for Regional Transmission System Carlos Blvd,Fort Myers,FL Hydraulic Model Project Engineer for design,permit,and construct horizontal directional drill of a 14"HDPE potable water Oscar Scherer State Park WW Improvements, transmission main and an 8"steel gas main crossing of Osprey,FL the Estero River. Project Engineer for 2,500 feet of force main piping,two wastewater lift stations,a wastewater master flowmeter Central to South AWWTP Regional Reclaimed Water assembly,and a horizontal directional drill road crossing Interconnect,Fort Myers,FL under US-41. Project Engineer for 4 miles of 24 inch water transmission main improvements. Herons Glen Lined Reclaimed Water Pond,Fort Myers,FL Charlotte County Utilities Regional Reclaimed Water Project Manager and Design Engineer for design, System,Port Charlotte,FL permitting,and construction administration services for a Project Engineer for design,permitting,and construction new 700,000 gallon lined reclaimed water storage pond. phase services for 16 miles of transmission main,bulk metering facilities,and two intermediate RW booster Bonita Springs Utilities Reuse Master Plan,Bonita pumping and storage facilities. Springs,FL Project Manager for regional irrigation planning study Emergency Water Main Replacement,GPIWA, and the development of hydraulic model evaluation of Matlacha,FL the water reclamation facility effluent pump station and Project Engineer for 3,000 feet of 16 inch HDPE reclaimed water distribution system. subaqueous water main replacement under Matlacha Pass Outstanding Florida Waterway and Aquatic Lee County Utilities San Carlos Force Main Preserve Area. Replacement,Fort Myers Beach,FL Project Manager and Design Engineer for 2,600 If of 24 FEMA/U.S.Army Corps of Engineers,Various in HDPE subaqueous force main Locations in Southwest Florida Project Engineer for fast-track design,permitting,and RO Reject Force Main,North Port,FL construction of the water distribution and wastewater Project Manager and Design Engineer for 3,200 If of 10" collection system for six mobile home sites in response HDPE,DR-11 force main piping.Included a 480 If to hurricane recovery efforts: subaqueous crossing of the Myakkahatchee Creek. Bonita Springs Utilities Gravity Expansion Phase 9, Center Pump Station Improvements,GPIWA,Pine Bonita Springs,FL Island,FL Project Engineer for six miles of gravity sewer piping, Project Manager and Design Engineer for design, five wastewater lift stations,1.5 miles of wastewater permitting,bidding,and construction phase support force main,2,000 If of 36 in transmission main piping, services for the complete replacement of the aging 5.3 miles of potable water piping,six miles of roadway potable water booster pumps at the Center Pump restoration. Station. Bonita Grande Force Main,Bonita Springs,FL Charlotte County Utilities US-41 Utility Expansion, Construction phase services for three miles of 24-inch Port Charlotte,FL and 20-inch force main piping,including a 7.5 mgd Design Engineer for 22,000 If of 24"water and master lift station. wastewater transmission mains,10,000 If of 12" transmission mains,and 13,000 If of reclaimed water mains through congested US-41 ROW. TKW Consulting Engineers 2 McGee Agswft 3.14 Packet Page-1834- 10/8/2013 16.C.1 . TiC III' Collier County'CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades :;UNjuLIINS 5 5 515 5 5 55 August 19,2013 James T. Lange, P.E., S•E•, S.I. CONSULTING ENGINEERS Structural Engineering Manager NCWRF Project Role Mr.Lange is the Structural Engineering Manager for TKW. His many years of Principal Structural Engineer engineering and management experience include a focus on technical supervision and review,providing technical direction to architects and Education engineers,and management of the staff of structural engineers. His • Masters of Science, experience in analysis and design covers a wide range of industries, Civil Engineering, 1980, structures,and materials including treatment plants pumping stations,and Cleveland State University, water related structures. Mr.Lange is a registered Structural Engineer in Cleveland,OH Florida,and a Certified Structural Inspector for Florida Threshold Inspections. • B.S.Civil Engineering, Mr.Lange is knowledgeable in the design of hurricane resistant structures 1974, meeting the FL Building Code. Purdue University, West Lafayette, IN Experience—Water and Wastewater Systems and Related Structures Professional Registrations PRMRWSA,1991 Rebuild Project,DeSoto County,FL • Licensed Professional Project Quality Manager for Structural Engineering for structural repairs and Engineer: FL#62694 renovations to the original 12.0 mgd water treatment facility acquired by the • Licensed Special Inspector: Authority in 1991. FL#7316709 • Licensed Professional Palm Beach County,Water Treatment Plant No.2 Engineer:Ohio Project Quality Manager for Structural Engineering for a filter structure,that • Registered Structural also included design for blower and electrical building,elevated walkways, Engineer:Illinois transfer pumping station,and clearwell. Professional Affiliations Lee County Emergency Operations Center(EOC),Fort Myers,FL • American Concrete Institute Structural Engineer for 29,000 sf EOC designed to withstand 200 mph winds. • American Institute of Steel Construction Charlotte County Public Safety Complex Port Charlotte,FL • American Society of Civil Structural Engineer for 30,000 sf building with design wind speed specified at Engineers 170 mph,Exposure C,which houses the EOC,911 and 211 centers, • Precast/Prestressed emergency management,and Fire/EMS staff. Concrete Institute • Florida Structural Engineers Hendry County EOC,Labelle,FL Association Structural Engineer for 25,000 sf Administrative Headquarters designed to Joined TKW function as an Emergency Operations Center,Fire Station,maintenance 2004 garage and administrative office. Total Years Experience Marco Island Utilities Operations Building,Marco Island,FL 39 Structural Engineer for three-story,22,000 sf office and warehouse building. Marco Island Membrane Filtration Building,Marco Island,FL Structural Engineer for 10,000 sq ft pump and membrane building. Marco Island Reclaimed Water Production Facility Instrumentation and Controls Center,Marco Island,FL Structural Engineer for 2,200 sf laboratory and administration building. TKW Consulting Engineers 1 Lange 3.15 Packet Page-1835- 10/8/2013 16.C.1. T Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades 'rONSULIING lNGINtLHS August 19,2013 irreAr, James T. Lange, P.E., S.E., S.I. CONSULTING ENGINEERS Structural Engineering Manager Fiddlesticks WWTP,Fort Myers,FL Florida Gulf Coast University South Village Structural Engineer for miscellaneous structural Central Energy Plant,Fort Myers,FL projects at the WWTP. Structural Engineer for new Central Energy Plant at FGCU. Airport Haul Reservoir,Fort Myers,FL Structural Engineer for new pumping stations and Florida Gulf Coast University—Solar Field,Fort two 5.0 mg storage tanks. Myers,FL Structural Engineer for two-megawatt, 15-acre solar T.P.Smith WWTP Improvements,Tallahassee, field with over 10,000 solar panels. FL Structural Engineer for expanded and upgraded Florida Gulf Coast University South Housing facilities,including pump stations,clarifiers,tanks, Roof-Top Solar,Fort Myers,FL storage facilities,control buildings,and maintenance Structural Engineer for roof-mounted solar panels on buildings. dormitory buildings. Fiesta Village Wastewater Treatment Plant,Fort Florida Power&Light DeSoto Solar Energy Myers,FL Administration Building,DeSoto,FL Structural Engineer for modifications related to Structural Engineer for 2,500 sf administration and switchgear and generator replacement. demonstration building with roof-mounted solar panels. Lee County Utilities Gateway Wastewater Treatment Plant,Fort Myers,FL SWA-PBC-WTE Renewable Energy Facility 2, Structural Engineer for plant expansion from 1.0 to Palm Beach,FL 3.0 mgd Structural Engineer for foundation design for pre- engineered Air Pollution Control(APC)building and Florida Keys Aqueduct Authority(FKAA),Key for pre-engineered Maintenance Building West,FL Structural Engineer for inspection and evaluation of LCEC,North Fort Myers,FL several structures in preparation for renovation, Structural Engineer for 3,000 sf operations and office repair or replacement. building. Marco Island Pressure Membrane Building, ECWCD-Administrative and Maintenance Marco Island,FL Buildings,Lehigh Acres,FL Structural Engineer for 12,500 sq ft pump and Structural Engineer for 8,500 sf pre-engineered membrane building. metal building maintenance and storage facility. North Fort Myers EMS&Utilities Warehouse, Naples WTP CO2 Tank,Naples,FL North Fort Myers,FL Structural Engineer for modifications to CO2 tank. Structural Engineer for 20,000 sf,maintenance and storage facility. TKW Consulting Engineers 2 Lange 3.16 Packet Page-1836- 10/8/2013 16.C.1 . lirr6� Collier County CCNA Solicitation#13-6020 pgrad 0 NCWRF Design Services for Electrid Reliability and Mechanical Operations Upgrades coNSl1l11sa ENGIN LRS August 19,2013 John P. Mahlbacher, P.E. CONSULTING ENGINEERS Senior Structural Engineer NCWRF Project Role Mr.Mahlbacher is an experienced structural designer of commercial and Structural Engineer industrial projects with extensive field engineering experience for construction Field Engineer in Construction of water and wastewater treatment plants. His structural design experience includes municipal,federal,industrial,commercial,and water and wastewater Education • treatment plants. • Bachelors of Science, Structural Engineering, Experience—Water and Wastewater Systems and Related Structures 2000,University of South Florida,Tampa,FL PRMRWSA,1991 Rebuild Project,DeSoto County,FL Professional Registrations Proiect Structural Engineer for structural repairs and renovations to the • Licensed Professional original 12.0 mgd water treatment facility acquired by the Authority in 1991. Engineer:FL#65432 North Cape Coral Reverse Osmosis Water Treatment Facility,Cape • Licensed Professional Coral,FL Engineer:Ohio#71453 On-site Construction Proiect Engineer for 12 mgd reverse osmosis water Professional Affiliations treatment facility.This$100 million project was awarded the 2010 DB1A • American Society of Civil Design-Build Merit Award and the 2011 ENR Southeast Best Project Award. Engineers(ASCE) • NCEES Civil PE Exam Pima County Water Reclamation Facility,Tucson,Arizona Committee Member On-site Construction Proiect Engineer for the$200 million water reclamation • American Institute of Steel facility and effluent upgrade. Construction USACE DEA Laboratory Facility,Miami,FL Joined TKW Construction Proiect Engineer for the 60,000 sf,state-of-the-art,high security 2004-2008,2012 lab facility.Project value$40.0 million. Total Years Experience TP Smith WWTP Improvements,Tallahassee,FL 14 Structural Engineer for new,expanded and upgraded facilities at the existing WWTP. Project value$200 million. Charlotte County Reclamation Facility,Port Charlotte,FL Structural Engineer for repair and renovation after hurricane damage, including the administration building and a grease building. Lee Memorial Hospital 02 Tank Replacement,Fort Myers,FL Project Engineer for new 02 tank foundation pad and enclosure. Snook Bright Marina,Fort Myers Beach,FL Structural engineer for the foundation design of the 37,500 sf pre-engineered metal boat storage building with a 5,000 sf pool deck and a 2,500 sf maintenance building. TKW Consulting Engineers 1 Mahlbacher 3.17 Packet Page-1837- 10/8/2013 16.C.1. Tr Collier County,CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades CONSULIING ENGINEERS August 19,2013 Sub-Consultants Hole Montes, Inc. :: Letter of Commitment Hole Montes,Inc. Encore 950 Encore Way Naples,Florida 34110 HOLE MANTES (239)254.2000 EN JEERS•PLANNERS•SURVEYORS www.HoleMontes•com August 2,2013 Douglas H.Eckmann,P.E.,BCEE Chief Operating Officer and Engineering Manager TKW Consulting Engineers,Inc. 5621 Banner Drive Fort Myers,Florida 33912 RE: Letter of Intent Solicitation#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Dear Mr.Eckmann: Hole Montes,Inc.,is pleased to team with you for the above referenced project for Collier County. We are confident that we offer excellent qualifications,licenses and certifications,expertise,and experience to Collier County for this NCWRF project. Sincerely, HOLE MONTES,INC. ((Ronald E.Benson,Jr.,Ph.D.,P.E. Senior Vice President/Principal 3.18 Packet Page-1838- 10/8/2013 16.C.1. Ire Collier County.CCNA Solicitation#I3-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades -CNSULIIN k14.1141.k RS August 19,2013 Resumes with Ronald E. Benson,.Jr. Ph.D., P.E. Total H Experience: 33 Years w with Holle Montes: 22 Senior Vice President/Principal As senior vice president and director of the environmental In addition, rerating of many of these facilities to higher engineering division, Dr. Benson serves as the Hole Montes permitted capacities was achieved based on analysis of full- principal-in-charge and in-house technical expert in all areas of scale performance data obtained under controlled operating water, wastewater, and hydraulic engineering. Dr. Benson's conditions. In many cases,rerating of facilities helped assure experience and expertise covers the fields of environmental sufficient permitted treatment capacity until expansion engineering and hydrosystems engineering.He has experience projects were completed. He has also been very involved in performing water and wastewater process evaluations,bench- assistance with plant operation,start-up and training to assure scale and pilot plant treatability studies,water and wastewater that biological nitrogen removal is achieved to meet the permit treatment facility evaluation and design, wastewater reuse limits. In addition to providing start-up training at facilities he treatment and distribution,water distribution system analysis was involved in the design, he has taught the Advanced and design,sewer system analysis and design, sewer system Wastewater Treatment continuing education course for the evaluation, infiltration and inflow analysis,sludge dewatering Florida Water and Pollution Operators Association for a system investigations and design, and sludge stabilization number of years. system investigation and facility design. Dr. Benson holds graduate-engineering degrees in both the areas of water and Dr. Benson has participated in the performance of value wastewater engineering, and applications of fluid mechanics engineering, operability, and constructability reviews on and hydraulics in environmental engineering. numerous projects designed by others. His involvement in these projects, often at key points in design development, Dr. Benson has led the Hole Montes team for work under have resulted in significant cost savings, incorporation of continuing service contracts for a number of municipal utilities changes to improve treatment capacity for little or nominal throughout southwest Florida. Many of these relationships cost,and changes to allow for making these facilities easier to have continued for fifteen to twenty years and his advice is operate and operator friendly. He has also served as a BNR often sought on both a formal and informal basis by long-term process expert involving facilities, designed by others, that clients. experienced operational problems. In addition to more than twenty years experience in consulting Education practice,Dr.Benson has six years experience teaching courses in hydraulics, hydrology, water resources engineering, Doctor of Philosophy,Civil Engineering, environmental engineering, and wastewater treatment at Clemson University 1985 accredited engineering schools. He was also retained by the environmental laboratory at the USAE Waterways Experiment Master of Science, Sanitary Engineering, Station as a research engineer for two years. Dr.Benson is the Georgia Institute of Technology 1979 author of more than thirty technical papers and presentations Bachelor of Science, Civil Engineering, on topics ranging from biological nutrient removal, sludge Ohio Northern University 1978 stabilization and dewatering, water treatment enhancement, water quality in distribution systems, and hazardous waste Professional Registration treatment and dewatering. Professional Engineer,Florida,Virginia, North Carolina and Some of Dr. Benson's professional accomplishments include Georgia the planning and design of biological nutrient removal facilities Professional Affiliations: and facilities that produce reuse water for irrigation of golf courses,public parks and rights-of-way,and residential lawns. American Society of Civil Engineers Dr. Benson has been involved in the design of numerous American Water Works Association biological nutrient removal facilities plus further expansions to Florida Water Environment Association many of these facilities. Water Environment Federation 950 Encore Way Naples,Florida 34110 239.254.2000 NM 6200 Whiskey Creek Drive Fort Myers,Florida 33919 239.985.1200 HOLE MANTES 3.19 Packet Page-1839- 10/8/2013 16.C.1 . TIIW Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades CCN�ULIING ENGIN::ERS August 19,2013 -s> bra► , Jerry R.Taricska, Ph.D., P.E., B.C.E.E. Total Year Experience: 33 Senior Environmental Engineer/Associate Years with Hole Montes: 19 Dr.Taricska has more than 32 years of engineering experience • Collier County North County Water Reclamation Facility and is a Board Certified Environmental Engineer in water and North and South Bleach Facilities. Lead design engineer on wastewater. His background includes projects involving bleach storage,feed and control facilities. municipal engineering, industrial pretreatment, underground • Collier County South Regional Water Plant RO Expansion storage tanks, industrial waste treatment, solid waste, from 8 MGD to 20 MGD.Lead design engineer on the odor hydrology, hydraulics, environmental analyses, statistical control and degasifier units. analysis,research and bench-scale studies.Additionally,he is a • City of Fort Myers Utility Replacements and Drainage contributing author in several engineering handbooks on Improvements In the Carrell and Winkler Watersheds.Lead physicochemical treatment, air pollution control and design engineer the wastewater master plan and sewer treatment,and Industrial and hazardous wastes treatment. collection system. • Collier County North County Water Reclamation Facility Dr.Taricska's expertise lies in his experience and knowledge of Expansion 19.1 MGD to 24.1 MOD.Lead design engineer on waste treatment, industrial wastewater, water treatment, the solids stream. groundwater, hydraulics,solid waste,air pollution regulations • Collier County South County Water Reclamation Facility and hazardous material handling and disposal.Additionally,he Expansion-from 8 MGD to 16.0 MGD.Lead designer on the has treatability experience including fixed and suspended preliminary treatment facility, biological treatment facility, growth aerobic and anaerobic processes, bioaugmentation, solids processing stream and bleach storage, feed and chemical addition and neutralization, ion exchange and control facility. adsorption, vapor extraction, sludge thickening and sludge dewatering. With respect to municipal engineering, Dr. Education has designed and managed projects consisting of storm drainage, sanitary sewers, culverts, water and Doctor of Philosophy,Environmental Engineering, wastewater treatment facilities, pump stations, buildings, Cleveland State University,1990 pavement,water distribution systems, highways,bridges and solid waste facilities. He has experience with zoning Master of Science, Environmental Engineering, regulations, landfill evaluations, transfer stations, recycling Cleveland State University,1985 facilities, hazardous and industrial waste, above ground storage tanks, environmental assessments, corporate health Bachelor of Science, Civil Engineering, and safety programs, wetland mitigation, indoor air pollution Ohio University, 1975 and stack testing. Professional Registration Dr. Taricska has been the Project Manager and/or Project Engineer on continuing services and other Hole Montes Professional Engineer,Florida,Ohio, and Kentucky projects for municipal utilities throughout Southwest Florida during the past nine years. Recent projects of Dr. Taricska's include the following: Professional Affiliations: Project Experience American Society of Civil Engineers • Town of Orange Virginia Wastewater Treatment Plant. 0.9 Florida Engineering Society MOD. Lead design engineer on the clarification, aerobic National Society of Professional Engineers digestion and chemical feed systems. • Collier County South Regional Water Plant Lime Softening Expansion from 12 MOD to 18 MOD. Lead design engineer on the solids contact unit. 950 Encore Way Naples,Florida 34110 239.254.2300 Creek Drive Fort Myers,Florida 33919 239.9E5.1200 HOLE MOT ES 6200 Whiskey Creek Y - .; E.. 3.20 Packet Page -1840- 10/8/2013 16.C.1 . re4 Collier County.CCNA Solicitation#pgrad 0 NCWRF Design Services for Electric'Reliability and Mechanical Operations Upgrades ;�cNSUruN,bNCINecxs August 19,2013 iii :.. eis rr s ., f t Thomas M. Murphy, P.S.M. Total Years Experience: 29 Vice President/Director,Survey Division/Shareholder Years with Hole Montes: 27 Mr. Murphy is a Vice President with Hole Montes, Inc. and Signature Projects manages the company's Survey and Mapping Division. As a • LCU/BSU Emergency Interconnect;Lee County Florida licensed Professional Surveyor and Mapper(P.S.M.),he has been • Minnesota Twins Expansion Parcel,Lee County responsible for several various types of surveys including ▪ Boston Red Sox Spring Training Facility,Lee County Boundary, Topographic, Right-of-Way Mapping, Mean High ▪ Gladiolus Drive widening,Lee County Dept.of Transportation(DOT) Water Line, Hyd rographic Surveys and Construction layout on • Picayune Strand Restoration Project.US Army Corps of Engineers many large residential developments including multi-family (USACE) condominiums. ▪ Merit Island Pump Station,USACE • Carrell/Winkler Utility Improvements.City of Fort Myers During Mr.Murphy's years of surveying for Hole Montes, he has • Extension of Via Coconut Point/Sandy Lane,Lee County DOT surveyed thousands of acres in Southwest Florida. He has • The Widening of Alico Road,Lee County DOT managed major surveying projects for both public and private • The widening of Immokalee Road,Collier County DOT clients including, Collier County Transportation, Collier County • The Widening and Extension of Livingston Road,Collier County DOT Public Schools, Fiddler's Creek, Quail West, Lee County • Southwest Florida International Airport,Lee County Port Authority Transportation, Miromar Lakes Beach and Golf Club and Naples • Page Field Airport,Lee County Port Authority Community Hospital. • Private developments including Coconut Point Regional Mall& Lifestyle Center,Miromar Lakes,Fiddler's Creek,Quail West and Sandy Lane/ Via Coconut Point and Coconut Point Lifestyle others Center and Regional Mall,Estero,Florida Mr.Murphy's department completed survey and mapping for the Professional Registration extension of Sandy Lane/Via Coconut Point.The project involved Professional Surveyor and Mapper,Florida three sections of new four-lane roadway totaling 3.8 miles in length. It was designed with a 100 foot right-of-way corridor and required a "fast track" approach due to a new Coconut Point Professional Affiliations regional shopping mall, also designed and surveyed by Hole Florida Society of Professional Land Surveyors, Montes, which accelerated the need for the new roadway corridor. This segment of Sandy Lane / Via Coconut Point Lee Chapter provides a north-south corridor from the City of Bonita Springs to National Society of Professional Surveyors Alico Road. Coconut Point is a 500 acre parcel which includes 90,000 square feet of office condominiums,residential units and up to 1.2 million square feet of retail space. The District School Board of Collier County Over recent years, Mr. Murphy has conducted Boundary/ As- built surveys of four schools in Immokalee and four in Naples. The surveys of these schools were required to include a 50 foot grid topo, location of trees, buildings. adjacent right-of- ways and utility indicators including inverts,pipe types and sizes to be used in the design of expanding the facilities. 950 Encore Way Naples,Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers,Florida 33919 239.985.1200 HOLE MONTES 3.21 Packet Page-1841- 10/8/2013 16.C.1. 1'6� Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ::VNSJtiING ENGINEjNS August 19, W.Terry Cole, P.E. Total Years Experience: 29 Vice President/Shareholder Years with Hole Montes: 22 He managed a budget of $2 million per year for Mr. Cole has experience as Project Engineer and Project maintenance and utilities for base facilities. Manager on both civilian and military engineering projects. He has been involved in planning,designing,permitting and As resident officer in charge of construction at the Naval construction on a wide variety of facilities. Base in New Orleans, LA, Mr. Cole was a Contracts Administrator. He supervised coordination, planning, At Hole Montes,Inc.Mr.Cole has been Project Manager for inspection, change order negotiation and project many land development and municipal projects. He has acceptance for a wide variety of more than 100 projects managed projects from the design and permitting phases with a total construction value of $23 million. Projects through construction inspection and infrastructure included runway and taxiway improvements, drainage and acceptance. He has worked extensively with Naples sanitary sewer improvements for base facilities and Community Hospital since 1991, successfully completing construction and renovation of new and existing buildings. projects that range from parking garages to the expansion of Emergency Room facilities. Signature Projects Naples Community Hospital Downtown Campus Other major projects include drainage and roadway Naples Community Hospital North Collier Hospital improvements in Pine Ridge Industrial Park ($6 million Quail West construction cost); Quail West, a 1,200-acre residential Olde Cypress development including a 36-hole golf course; Fiddler's Palmetto Ridge High School Creek, a 3,930-acre residential golf course development; First Baptist Church of Naples(Church and Academy) Olde Cypress, a 470-acre residential golf course Seacrest County Day School Expansion development; Bridgewater Bay, a single/multi-family Fiddler's Creek development; the master planning and design for First North Naples Research and Technology Park Baptist Church and Academy(100-acre project);Longshore Pine Ridge Industrial Park Lake,a residential community. Education Mr. Cole has designed facilities on many other commercial/residential sites. They include: Radiation Bachelor of Science,Civil Engineering, Therapy Center,Sports Authority,Collier County Production Texas A&M University,1983 Park, North Naples Medical Park, World Tennis Center, Briarwood and Safe Harbor. He also serves as the District Professional Registration Engineer for the Lely Community Development District and Fiddler's Creek Community Development District. Professional Engineer,Florida 1989 As staff civil engineer and head of facilities management at the Nava! Hospital in Newport, RI, he was responsible for maintenance and construction of hospital facilities. He directed a Public Works maintenance department and coordinated the design and construction of base facilities. 950 Encore Way Naples,Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fart Myers,Florida 33919 239.985.1200 HOLE MONIES 3.22 Packet Page -1842- 10/8/2013 16.C.1 . TVW Collier County'.CCNA Solicitation#13-1020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades GNSUIIING tNGIN:ENS August 19,2013 2 r ax�� � k yam;.. 4,2605,1i,-` 'N �` ''`"; .. "eye, >f/ .�• ..o..�''^�" ;i $. H. Clifford Pepper, III, P.E. Total ears with Hole 45 Years with Hole Montes: 15 Senior Project Manager Mr.Pepper has more than 35 years of senior management lineal feet of force main to upgrade utility service for experience in design and construction of water and approximately 1,700 customers. Hole Montes is also providing wastewater treatment facilities, pumping stations, water the CEI services for the Carrell-Winkler Utility Rehabilitation distribution systems, and wastewater collection systems. project for the City of Fort Myers. Mr. Pepper has served as senior project manager on a Mr. Pepper served as the Design Manager and Project number of projects,both managing the design professionals Manager for each of the three project phases, which as well as managing contract administration and involved three Hole Montes offices and multiple designers construction services. His work for Hole Montes has and engineers. He served as the primary client contact included a number of projects for Collier County,the City of during the design and handled the overall management of Naples, Lee County and the City of Ft. Myers. During his the firm's CEI services for the first two phases of work career,Mr.Pepper has managed more than$450 million in which have a construction cost of approximately $32 public utility projects. million. Mr. Pepper's expertise is established in all management North Water Reclamation Facility, Collier County areas including value engineering, conceptual design, Reclaimed Water Pumps and Pump Station-1,000 total hp, detailed constructability reviews, contracts review and variable speed negotiation,and development of financial reports. Immoltalee Road Widening,Collier County Mr. Pepper has also had corporate-level construction Utilities relocations- $1S million project responsibilities including contract operations, cost estimates and bid preparation, CPM scheduling, materials Port Royal Pump Station,City of Naples procurement, and quality assurance. He has expertise in Potable Water Booster Pump Station construction management and design-build delivery Manatee Road ASR Facility,Collier County systems as well as traditional design-bid-build. ASR Well Piping and Post-Treatment Facilities Mr. Pepper's experience includes water and wastewater Advanced Wastewater Treatment Facility,City of Naples projects for Collier County, Lee County, Sarasota County, Expansion and Upgrade to 10 MGD AWT Facility City of Naples,City of Ft.Myers,Palm Beach County,City of Jacksonville, Miami-Dade, Martin County, Orange County Central County Wastewater Treatment Facility,Sarasota County Upgrade and Expansion of Reclaimed Water Facility and numerous other Florida governmental entities as well as the U.S.Army Corps of Engineers and the U.S.Navy. Education Project Experience Master of Science, Environmental Engineering,1987 Carrell j Winkler Utility and Drainage Improvements Bachelor of Science, Mechanical Engineering,1967 The City of Fort Myers' Carrell/Winkler Utility and Drainage Improvement project involved the design of new sanitary Professional Registration sewer and water lines to replace deteriorated and undersized Professional Engineer, Florida,and Georgia lines in an existing developed residential area. This project Certified General Contractor,Florida involved installation of approximately 108,000 lineal feet of sanitary sewer,81,000 lineal feet of water lines,and 24,000 Professional Affiliations: American Water Works Assn. Water Environment Federation 950 Encore Way Naples,Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers,Florida 33919 239.985.1200 HOLE MQNTES 3.23 Packet Page-1843- 10/8/2013 16.C.1. ti A " Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades LcNSUl1IN(i t■(SIUW7. August 19,2013 Frank J. Feeney, P.E., LEED AP BD+C Total Years Experience: 19 Project Manger/Associate Years with Hole Montes: 12 Mr.Feeney is a project engineer in the firm's Naples office. Promenade at Naples Centre He is involved with the design of stormwater, sewer, fire This 20 acre commercial subdivision is located at the and water distribution systems,roadway design,site design southwest corner of the intersection of Naples Boulevard and grading, as well as permit and construction and Airport-Pulling Road in Naples, Florida. Developed by coordination with SFWMD, FDEP, Collier County, Lee The Sembler Company,the Project is a portion of the Pine County, and the City of Marco Island. He has earned the Air Lakes master PUD. The Promenade at Naples Centre designation of LEED Accredited Professional. LEED project consists of a main shopping center parcel including (Leadership in Energy and Environmental Design) is the approximately 148,000 square feet of commercial space Green Building Rating System established by the USGBC and five outparcels. (United States Green Building Council), North Naples Research and Technology Park Mr. Feeney was previously operations duty officer for the Hole Montes designed and permitted the infrastructure for U.S. Navy's Joint Interagency Task Force East in Key West. this 19.3-acre business park. Site elements included water, He acted as the direct representative for the director of that sewer, paving, drainage, lake excavation, littoral planting agency and was responsible for coordination of counter and wetland permitting. drug detection and monitoring in the Caribbean and South America. Other Signature Projects: He was operations officer for the USS Falcon and Collier County Sheriff's Office Special Operations Building communications officer for the USS Gallery. Miller's Alehouse,Naples,Florida The Omni II at the Promenade at Naples Centre Project Experience Quail West,Collier and Lee counties City of Key West Sidewalk Enhancement Project - Mr. Olde Cypress Feeney provided the engineering design support for Phases Fiddler's Creek 1-7 of the design build sidewalk improvement projects, East Naples Mine working with Charley Toppino and Sons,the GC. Boe&Page Dental Office The Conservancy of Southwest Florida Education The Conservancy is improving their campus by removing Bachelor of Science,Ocean Engineering, some of the older buildings and replacing them with three U.S.Naval Academy,1994 new structures that will allow them to consolidate their operations, improve their facilities, and provide the professional Registration additional space needed for their planned future growth. Professional Engineer,Florida The Conservancy is a unique project with several design challenges that include environmental and stormwater management aspects requiring coordination between several different permitting agencies. 950 Encore Way Naples,Florida 34110 239.254.2000 ERR 6200 Whiskey Creek Drive Fort Myers,Florida 33919 239.985.1200 HOLE MOFlTES Y y°- 3.24 Packet Page-1844- 10/8/2013 16.C.1 . TW. Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades NsuL11Ns iNuiNELNS August 19,2013 s-- , I Dawn B. Barnard Total Year Experience: 34 Years with Hole Montes: 15 Field Survey,Operations Specialist Ms. Barnard has more than 30 years experience as a Education wastewater treatment facility operator in the state of Florida. University of Florida Prior to joining Hole Montes,her most recent position was as University of Tampa chief operator at Collier County's 8 MGD South County Regional Wastewater Treatment Facility,where she directed a University of South Florida staff of more than 25 people. "Coursework: Environmental Management and Treatment She established the DHRS certified laboratory at this facility as well as served as the Laboratory Director.She was assigned to this facility during its construction and was responsible for working with the design engineer and contractor to keep the Professional Registration existing facility in operation during construction. She Class"A"Wastewater Treatment Operator,Florida participated in the startup of this facility. Certified Wastewater Treatment Instructor,Florida Ms. Barnard has served as an instructor for training courses required for wastewater treatment operator certification in Certified Public Manager,Level I,II,III the state of Florida. She has conducted on-site training of operators working under her direction and assisted them in DHRS Certified Lab Director,Florida obtaining higher levels of operator certification. Ms. Barnard has considerable experience in the wastewater permitting Professional Affiliations process, including development of operations protocols, Florida Water Pollution Control Operators Assn. assistance with preparation of operation permit renewal • applications and completion of wastewater treatment Florida Society of Environmental Analyst operations and laboratory reports. Ms. Barnard brings operations experiences to her work with Hole Montes as an operations specialist.Her position includes QA/QC review of plans and specifications for wastewater facilities from an operations perspective and assistance with trouble shooting of wastewater facilities. She provides assistance with startup of wastewater facilities during construction through post construction. She also offers assistance with operation of pilot-scale treatment systems, with operations of facilities during demonstration testing for rerating of existing facilities and with training of operators at expanded and upgraded facilities. 950 Encore Way Naples,Florida 34110 239.254.2000 NMI 6200 Whiskey Creek Drive Fort Myers,Florida 33919 239.985.1200 HOLE MONTES 3.25 Packet Page-1845- 10/8/2013 16.C.1. Collier County Mechanical CCNA Solicitation#13-6020 grades NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades urvwuirvc aev�rv:eas August 19,2013 i;-ri,e�A Michael T. Roddis Total Years Experience: 31 Years with Hole Montes: 17 Construction Inspector Mr.Roddis has worked as a Construction Field Manager for Signature Projects,continued more than 20 years.He has been responsible for observing Olde Cypress—Phase I,II and III contractors' work progress for compliance with projects' Port of the Islands—Stella Maris and Sunset Cay plans and specifications and worked closely with engineers Quail Walk and surveyors to coordinate field surveys and inspections. Quail West—Phase I,II and III In addition, Mr. Roddis is experienced in preparation of South Collier County Wastewater Treatment preliminary opinions of construction cost, conducting Facility Expansion— Phase II preconstruction conferences,coordinating and conducting Turtle Creek Apartments periodic progress meetings, preparation and maintenance Various Collier County School District projects of construction records, coordination with underground Arrowhead Reserve utility companies and working with state and local regulatory agencies regarding permit compliance and professional Education certifications. Mr. Roddis' experience in the projects below include International Municipal Signal Association Zone Safety Specialist,1995 responsibility for structural concrete, potable and reuse water piping, pumping stations and sewer collection Lee County Vo-Tech Traffic Safety Work Area systems. These projects also involved various activities Specialist,1995 such as electrical, painting, landscaping, surveying, drainage, paving and instrumentation. His project American Concrete Institute Concrete Field experience includes: Testing Tech,1995 Signature Projects Brighton Gardens ACLF Collier County Public Schools—Administrative Center Collier County Public Schools—School"C" Collier County Public Schools—Water Use Monitoring Corkscrew Elementary School Corkscrew Middle School Cypress Glen Apartments Fiddlers Creek,Phases IA,IB,II and III Gulf Coast High School Key West Island Project Longshore Lake The Moorings Church Naples and Marco Island Airports—T Hangar projects Naples Community Hospital—OB Expansion and other NCH projects North Naples Medical Park 950 Encore Way Naples,Florida 34110 239.254.2000 Creek Drive Fort Myers,Florida 33919 239.985.1200 HE E NIONTES 6200 Whiskey Y 3.26 Packet Page-1846- 10/8/2013 16.C.1. TSAr Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades orvsuai«v re�wcEUS August 19,2013 RKS Consulting Engineers, Inc. :: Letter of Commitment RKSConsulting Engineers, Inc. Electrical, Instrumentation&Control Design August 9, 2013 Douglas H. Eckmann, PE Director of Engineering TKW Consulting Engineers, Inc. 5621 Banner Drive Fort Myers, Florida 33912 Reference: Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Dear Mr. Eckmann: Please accept this document as a"Letter of Intent"for RKS Consulting Engineers to provide electrical, instrumentation and control sub-consulting services to TKW Consulting Engineers for the above referenced project. RKS will not be pursuing the project as a prime consultant. Thank you for the opportunity to be of service to Collier County and TKW Consulting Engineers. Sincerely, RKS Consulting Engineers I Don Williams, P.E. Principal K\CCUU NCWRF Class-I Reliablaty\team mambo:!ettcr TKW ooc 15400 Shamrock Drive, Fort Myers,Fl.33912 Phone(239)481-6775 - Fax(239)433-9289 Email:rksiarksengineers.com 3.27 Packet Page-1847- 10/8/2013 16.C.1. T WV Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades �GNSJl11N(i!N(iaNEERS August 19,2013 Resumes RKSConsulting Engineers, Inc. Electrical, Instrumentation&Control Design DON WILLIAMS,P.E. • CCUD 30MGD Deep Well Injection&Pump Station President, Electrical Engineer North County Water Reclamation Facility injection EDUCATION wells and pump station.Project Bachelor of Science/1972 included:two 24"injection wells Electrical Engineering with 30MGD maximum flow; University of Florida four 400hp vertical turbine pumps controlled through PROFESSIONAL variable frequency drives; REGISTRATION 3000amp class one reliable Florida 29504 electrical service;2.0megawatt standby power system;PLC PROFESSIONAL based instrumentation and AFFILATIONS control system.The control Member,Florida Engineering Society Calusa Chapter system featured automatic utilization of the standby power system to provide optimal EXPERIENCE ea Mr.Williams has over 40 years experience in all phases of electrical time of use ric al rate str ucture. from a tructure. electrical engineering analysis and design. He is versed in design of power distribution,emergency power generation,solar • Collier County Master Pump power systems, lightning protection,telemetry,instrumentation Stations(6)—Collier County and control systems. His experience is focused on engineering Utilities Department, Naples, electrical systems for municipal water/wastewater plants and Florida.Electrical, industrial facilities. instrumentation and control He has extensive experience in all phases of project design for 6 wastewater , management including scope of work development,cost master pump stations serving estimating,production coordination and management, the North and South districts. construction contract bid award administration,construction Projects included motor supervision and system start-up and functional testing. controls,standby power CCUD South County Regional Water Treatment Plant; drives, instrumentation umenta on a dncy • drives, instrumentation and 12MGD Reverse Osmosis Expansion Project-Electrical telemetry systems. design for the expansion of the NCRWTP Reverse Osmosis Plant from 8 MGD to 20MGD.The project included upgrades • LCU Gateway WWTP to the existing Lime Softening Plant at the site with complete Electrical,instrumentation and electrical service replacement for EPA Class-One Reliability control design for Lee County Standards with double ended switchgear.The High Service Utilities new 4MGD Gateway pump station was upgraded with an additional 1600hp of Wastewater Treatment Plant. VFD controlled pumps.The project included upgrades to Project included pretreatment, standby power systems,odor control and degasifiers. oxidation ditches,clarifiers, deep bed filtration, • Collier Co.Utilities North County Water Reclamation disinfection,digestion, Facility 24.1 MGD Expansion—Project Engineer for complete electrical and planning,design and construction phases of expansion of SCADA systems master the Collier County North County Water Reclamation Facility, planned for future expansions. in Collier County, Florida,Project included:class one Lee County, FL. reliable electrical service with 3.0 megawatt standby power generation system,sodium hypochlorite disinfection facility; sludge dewatering facility;aeration basins and blower facilities,site electrical distribution,clarifiers;sludge and waste pump station,filters and chlorine contact tanks. 15400 Shamrock Drive, Fort Myers,FL 33912 Phone(239)481-6775 - Fax(239)433-9289 Email:rks(arksengineers.eotn 3.28 Packet Page -1848- 10/8/2013 16.C.1. 176 A r Collier County.CCNA Solicitation#pgrad 0 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades LONSYLIIN6 EN[,INELRS August 19,2013 RKSConsulting Engineers, Inc. Electrical,Instrumentation&Control Design Page 2 of 2 • LCU Green Meadows/Corkscrew Interconnection— • CCUD Manatee Rd.ASR Electrical engineering services for the Green Meadows Well—Redesign for Water Treatment Plant and Corkscrew Water Treatment instrumentation and controls Plant Transmission Systems Interconnection, Improvements, for potable water aquifer and Water Storage Facilities. Project included 2400Hp storage.Collier County. pumping facility,3000amp class one reliable electrical service,a 2.5 megawatt standby power generation system, • CCUD NCRWRF Reuse instrumentation and control systems.The facility was Pump Station Expansion designed for unmanned state of the art SCADA control from and Upgrade—Variable the Green Meadows plant via a long haul fiber optic Ethernet speed pumping for 5-200 hp link.A multifaceted security,access,video/audio and reuse water pumps and intrusion alarm systems were implemented that has become standby generator backup the standard for all new project for the utility. Lee County, systems/$850,000/1999/Napl Florida. es, Florida • Florida Water Services Lehigh Water Treatment Plant. • LCU Beach WWTP Standby Electrical power instrumentation and control system design Generation.Electrical design for a new 3MGD water treatment plant and wellfield.Project for the replacement and included master planning,preliminary and final design for upgrade to the plant standby water supply wells,lime softening treatment processes, generation system. storage and high service pumping.PLC based control Installation of a two-megawatt system. diesel generator,3000amp standby power switchgear • SFWMD,Caloosahatchee River Aquifer Storage and and controls interface to the Recovery Pilot Project. Electrical, instrumentation, existing normal power telemetry and controls design for a 1 MGD river water ASR pilot project for the South Florida Water Management • CCUD Master Lift Station District.Project included electrical service,distribution,water Upgrades—Upgrade and quality analysis,PLC automatic control system,long haul standardization of controls at point to point telemetry monitoring and control system, river 5 master pump stations. A water pumping,ASR recovery pumping.2004/SFWMD total of 12 additional pumping units were added to the • CCUD South Regional WWTP Improvements—Phase I stations/$500,000/Collier Upgrades,Contract 1&2,Construction services,Odor County,Florida. Control Modifications/$17 million,Collier County,Florida. • Fiesta Village Advanced • LCU Beach WWTP Deep Bed Filters.Electrical, Wastewater Treatment Plant instrumentation and control design for the replacement and 5.0 MGD Upgrade—Electrical upgrade of the plant filtration and disinfection system for Lee design for the expansion of County Utilities, Beach VWVTP,Ft. Myers, Florida. Project Lee County Utilities Fiesta design,construction,supervision and project close-out. Village Advanced Wastewater Treatment Plant,in Lee • LCU Beach WVVrP Interium Improvements—Electrical, County,Florida, 5.0 mgd instrumentation and control design for various improvements facility upgrade. to the LCU Beach WWTP including aeration systems,sludge Improvements include:new digestion,sludge pumping.The project included substantial grit removal system and improvements to the DCS control system.Lee County return activated sludge Utilities, Beach WWTP, Ft. Myers,Florida,2000 Project pumps;additional clarifier design,construction supervision and project close-out. equipment,filter influent screw pump,effluent pumps, • CCUD Pelican Bay Pump Station Upgrade—Review effluent aeration blowers;and existing control and graphic operator monitoring system. process piping improvements. Design and specify upgrades for remote operator control of Lee County Florida the system through telemetry. Naples,Florida. 15400 Shamrock Drive, Fort Myers,FL 33912 Phone(239)481-6775 - Fax(239)433-9289 Email:rksarksengineers.com 3.29 Packet Page-1849- 10/8/2013 16.C.1. 7 Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electrid Reliability and Mechanical Operations Upgrades �ONiuoiNVa ENGINEEIiS August 19,2013 RKSConsulting Engineers, Inc. Electrical, Instrumentation&Control Design Tracy Prokopetz, P.E. planning and design phases expansion Senior Electrical Engineer the Lee County 3 Oaks Water Reclamation EDUCATION Facility,in Fort Myers, Bachelor of Science/1999 Florida,Project Electrical Engineering included:class one Michigan Technological University reliable electrical Houghton, Michigan included:class one reliable PROFESSIONAL electrical service with REGISTRATION 1.0 megawatt standby Florida License 62427 power generation system,sodium REGISTRATION hypochlorite disinfection Member,Florida Water Environment Association facility;sludge dewatering facility;deep EXPERIENCE injection well,deep bed Tracy has over 13 years experience in a variety of phases of filters,pretreatment electrical engineering analysis and design. Her education facility, oxidation ditch originated around a concentration on Power and Machinery and clarifiers analysis and design. She is versed in design of power distribution, • LCU Gateway WTP emergency power generation,exterior/interior lighting,radio y W telemetry, instrumentation and control systems. Her experience Electrical, includes engineering electrical systems for municipal instrumentation and water/wastewater treatment plants,wastewater collection pump control design for Lee stations,raw water wellfields and reclaimed water distribution and County Utilities new storage systems.She has experience in all phases of project 4MGD Gateway ,,, , management including, production,coordination and management, Wastewater Treatment and construction supervision. Plant. Project included • Lee County Utilities Olga Water Treatment Plant pretreatment,oxidation Reservoir and Plant Improvements Control System ditches,clarifiers,deep Upgrade-Project Manager for planning,design and bed filtration, constructions phases of Control and required Electrical disinfection,digestion, design for the existing Olga Water Treatment Plant.The complete electrical and project included removal of existing single loop controllers, SCADA systems master plant wide fiber network,integration of existing stand alone planned for future PLCs into plant SCADA,addition of 3 plant PLCs, expansions.Lee modifications to existing Motor Control and Variable County,FL. Frequency drives for integration into plant SCADA. • CCUD South County Collier Co.Utilities North County Water Reclamation Regional Water Collier County Utilities North County Water Reclamation Treatment Plant; Facility Expansion to 30.6MGD—Design Team Engineer 12MGD Reverse for planning,design and construction phases of expansion of Osmosis Expansion the Collier County North County Water Reclamation Facility, Project-Electrical in Collier County, Florida,Project included:modifications design for the and additions to existing plant electrical distribution system, expansion of the three odor control facilities,sodium hypochlorite disinfection NCRWTP Reverse facility;sludge dewatering facility;aeration basins and Osmosis Plant from 8 blower facilities MGD to 20MGD.The project included • Lee Co.Utilities Three Oaks Water Reclamation Facility upgrades to the existing Expansion Design Build—Design Team Engineer for Lime Softening Plant at 15400 Shamrock Drive, Fort Myers,FL 33912 Phone(239)481-6775 - Fax(239)433-9289 Email:tracvp(drksen neers.com 3.30 Packet Page -1850- 10/8/2013 16.0.1 . �ri Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades :':JNiUEIINIi EN(iINLLR$ August 19,2013 RKSConsulting Engineers, Inc. Electrical, Instrumentation&Control Design Page 2 of 2 the site with complete electrical service replacement for EPA Class-One Reliability Standards with double ended switchgear.The High Service pump station was upgraded with an additional 1600hp of VFD controlled pumps.The project included upgrades to standby power systems,odor control and degasifiers. • LCU Green Meadows/Corkscrew Interconnection— Electrical engineering services for the Green Meadows Water Treatment Plant and Corkscrew Water Treatment Plant Transmission Systems Interconnection, Improvements, and Water Storage Facilities. Project included 2400Hp pumping facility,3000amp class one reliable electrical service,a 2.5 megawatt standby power generation system, instrumentation and control systems.The facility was designed for unmanned state of the art SCADA control from the Green Meadows plant via a long haul fiber optic Ethernet link.A multifaceted security,access,video/audio and intrusion alarm systems were implemented that has become the standard for all new project for the utility. Lee County, Florida. • LCU Beach WWTP Deep Bed Filters.Electrical, instrumentation and control design for the replacement and upgrade of the plant filtration and disinfection system for Lee County Utilities, BeachVWVfP,Ft. Myers, Florida. Project design,construction,supervision and project close-out. • Lee County Utilities Corkscrew Wellfield Expansion • Charlotte County Rotonda WWTP Expansion CEI • Charlotte County Reuse Interconnect • Charlotte County Reuse Service Connections • Desoto County South Potable Water Pump Station • Desoto County Collection System Expansion 15400 Shamrock Drive, Fort Myers,FL 33912 Phone(239)481-6775 - Fax(239)433-9289 Email:rks!dirksenaineers.com 3.31 Packet Page-1851- 10/8/2013 16.C.1 . T�� Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric'Reliability and Mechanical Operations Upgrades sl)NSUttiNV ENGINEERS August 19,2013 TAB IV: PREVIOUS PERFORMANCE ON SIMILAR PROJECTS The following project descriptions are provided to demonstrate TKW experience on projects similar to the NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades. NCWRF Effluent Pumping and Disposal Collier County, FL TKW provided design, bidding, and construction administration services for the upgrade and expansion of jcl..= the effluent storage and pumping facilities at the North £ 1 County Water Reclamation Facility (NCWRF) as part of 1, the expansion to 24.1 mgd. The effluent storage and C I pumping facilities improvements include a newr " reclaimed water screening structure, a new reclaimed water control structure, an additional pump in the existing reclaimed water pumping station, effluent piping from new chlorine contact tanks to the reclaimed water control structure, new reclaimed water transmission " / piping, and new reclaimed water storage pond y` interconnecting piping. TKW services included environmental engineering, structural engineering, and civil engineering for the effluent facility improvements. TKW coordinated mechanical and electrical work with another consultant, RKS Consulting Engineers, Inc. The effluent facility improvements were related to the new Injection Well Pumping System, designed by TKW under another project. Provisions were included in this project for the planned future expansion to 30.6 mgd. u, City of Naples Water Treatment Plant CO2 Tank Naples, FL TKW provided engineering services for the design-build t -of a new carbon dioxide feed system for the City of t Naples Water Treatment Plant. TKW services included '.„ = ) design of the carbon dioxide storage tank support system, removal of an existing sulfuric acid feed system, __ and project permitting. ?- � � » I �j _ F11 Marco Island WWTP Administration Building ' Marco Island, FL TKW provided structural engineering services for this one-story, 2,200sf administration building at the City of Marco Island Waste Water Treatment Plant. The building features perimeter load-bearing masonry walls and pre-engineered metal roof trusses. It is designed to withstand pressures from wind speeds exceeding 155mph. 4.1 Packet Page-1852- 10/8/2013 16.C.1. WA" Collier County Mechanical CCNA Sperations#13-6020 pgrad s NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades CON$UIIfNG ENGINEERS August 19,2013 Marco Island Membrane Filtration Building Marco Island, FL TKW provided structural engineering services for the one-story, 10,000sf Membrane Filtration Building at the Marco Island North Water Treatment Plant. The building features perimeter load-bearing masonry walls and pre-engineered metal roof trusses. It is designed to withstand pressures from wind speeds exceeding 155mph. Marco Island Utilities Operations Building ■ ..., � Marco Island, FL TKW provided structural engineering services this three- E 4 story, 22,600sf facility that will eventually house all city - - ° " 6C utilities' equipment and operations. The building . ' ®®® features a two-story warehouse for storage and includes "°' rte.; WI: ,,, ^" office space, a break room and locker rooms. The building is steel-framed with perimeter load-bearing masonry walls and is designed to withstand pressures from wind speeds exceeding 155 mph. Airport Haul Reservoir Lee County, FL TKW provided all engineering phases of the new reservoir system. TKW designed the new pumping and storage facility, including two 5-million gallon water �' ' - - "tow storage tanks and a 40 mgd pumping system, piping, and ► site work. TKW coordinated the electrical, instrumentation L and controls design provided by RKS Consulting , , :" p Engineers, Inc. TKW provided assistance with site selection and purchase, performed the environmental assessment and environmental permitting, and provided assistance with rezoning. �.. ". Lee County was faced with a unique problem, because the service area receives water from two separate water supply, treatment, pumping, transmission and distribution systems, which were originally owned by two utilities. The new pumping station designed by TKW receives and stores water from the two treatment plants and pumps it into the two transmission systems. Future improvements by the County will ultimately integrate the two systems. T.P. Smith WWTP Improvements Tallahassee, FL TKW provided structural engineering services for the , new and upgraded facilities at the Thomas P. Smith Wastewater Treatment Plant. The expanded plant will treat 27.5 mgd and is capable of handling peak flows up to 55 mgd. The work included several new pump a _; stations, clarifiers and equalization tanks, new facilities "-- for chemicals, pumping, controls, receiving, storage and " ?" loading, maintenance, and odor control. TKW provided ,f inspections and evaluated existing tankage for alternative use. This $200 million project is a partnership between the City of Tallahassee, the Florida Department of Environmental Protection (DEP), and the Northwest Florida Water Management District. 4.2 Packet Page-1853- 10/8/2013 16.C.1 . T Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades -CN$ULIINS bNGINt[RS August 19,2013 Cudjoe Key WWTP Cudjoe Key, FL (Owner FKAA -under construction) .,T, TKW provided all planning, engineering, bidding, and , "� t-' construction phase activities necessary for the construction , „„°v ,1 of a 1.0 mgd Advanced Water Reclamation Facility ,,,/' r it (AWRF). TKW is the prime engineer providing `' : , j environmental and civil engineering for this project, and '- + , responsible for the design of raw wastewater influent fine 4 - °" screening, tertiary filtration and high-level disinfection unit ;., j� processes, as well all of the site civil elements associated ' with construction of the new treatment plant on an existing 4 3-acre landfill site. The tertiary filtration and high level disinfection were designed to meet reclaimed water quality and high-level disinfection standards prior to disposal into Class V shallow disposal wells via gravity flow. Gateway WWTP 2 mgd Expansion Lee County, FL TKW provided engineering services for the Gateway Wastewater Treatment Plant 2.0 mgd expansion. Services - , include environmental engineering, structural engineering, 'rte " __ - 1 and surveying. The 2.0 mgd expansion is the first phase _ ' II 4�i i.expansion of a wastewater treatment facility planned for an ` - " ultimate capacity of 8.0 mgd. The new facilities included influent screening and grit removal, oxidation ditches, ' ., secondary clarifiers, effluent filters, and chlorine contact ; � � basins. Three deep bed effluent filters were constructed �� _'; and the design incorporated the capability of providing " it � .„„ additional de-nitrification by addition of methanol or "" another carbon source to achieve low levels of nitrogen and phosphorous in the effluent. Reclaimed water storage, and a reject water storage tank were also provided. The design also included stabilizing bio-solids in aerobic digesters and a mobile centrifuge system to dewater the sludge from the digesters. A return activated sludge (RAS) sludge pumping system, a waste activated sludge (WAS) pumping system, grit pumping system, effleunt pumping system, and a sodium hypochlorite storage and feed facility were also included in the new facilities. TKW coordinated electrical and instrumentation engineering provided by RKS Consulting Engineers, Inc. Gateway Wastewater Force Main Lee County, FL As part of the expansion of the Gateway WWTP to 2 mgd a new force main was required to transmit the wastewater from the newly established service area. TKW provided engineering services to Lee County Utilities to establish the new service area, design the new 24-inch force main, and design modifications to six existing lift stations to redirect the flow to the new Gateway WWTP. TKW performed hydraulic modeling on the new system to establish the size of the force main and to size the pumps in the six lift stations. TKW also provided construction administration services for the construction of the new force main. 4.3 Packet Page-1854- 10/8/2013 16.C.1 . Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades GONSUl11N.ENOINU17S August 19,2013 References TKW encourages Collier County to contact any of the references listed for their evaluation of our services on past projects. Mr.Tom Walker, P.E. Director of Engineering Florida Keys Aqueduct Authority (FKAA) 1100 Kennedy Drive Key West, FL 33040 Phone: (305)296-2454 Email: twalkerafkaa.com Mr. Saeed Kazemi, P.E. Public Works Director City of Fort Myers 2200 Second Street Fort Myers, FL 33902-2217 Phone: (239) 321-7216 Email: skazemia,cityftmyers.com Mr. Luis Soto, P.E. Engineer Manager, Utilities Division Lee County Utilities 1500 Monroe Street Fort Myers, FL 33901 Phone: (239) 533-8151 Email: LSoto anleegov.com Mr. Bruce Bullert, P.E. Engineering Service Manager Charlotte County Utilities 25550 Harbor View Road, Suite 1 Port Charlotte FL 33980 Phone: (941) 764-4509 Email: bruce.bullert(a.charlottefl.com Mr. Jeff Poteet Utility Operations Manager City of Marco Island 50 Bald Eagle Drive Marco Island, FL 34145-3528 Phone: (239) 389-5181 Email: jpoteet(c�marcoislandutilities.com Mr. Kevin Morris, P.E. Science and Technology Officer Peace River Manasota Regional Water Supply Authority 9415 Town Center Pkwy Lakewood Ranch, FL 34202 Phone: (941) 316-1776 Email: kmorrisregionalwater.orq 4.4 Packet Page -1855- 10/8/2013 16.C.1 . T Collier County.CCNA Solicitation#13 6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades OONSouwo 9NGiJUR August 19,2013 olea TAB V: ABILITY TO COMPLETE PROJECT DN TIME AND WITHIN BUDGET Proposer's Approach to Schedule Control TKW uses Microsoft Project software to develop, communicate, and monitor the schedules for our projects. TKW Staff Availability TKW is currently providing services for projects located in Charlotte, DeSoto, Lee, and Collier Counties. The availability of our key staff identified for the NCWRF project is as follows: Current Projected Time Available Professional Staff Project Role Utilization without -for Project if Utilization this Project Selected Doug Eckmann, PE Project Manager 30% 50% 50% Pat Day, PE Project Engineer 75% 50% 50% Mike McGee, PE Project Engineer 75% 50% 50% Jim Lange, PE, SE, SI Structural Engineer 70% 70% 30% John Mahlbacher, PE Structural Engineer 70% 70% 30% 0,•ohx, Current&Anticipated Project Workload TKW manages its workload maintain some flexibility to assist our clients with accelerated schedules and to maintain some reserve capacity to serve clients on short notice. TKW team members assigned to this project are all full-time employees. We have ample capacity to take on this project for Collier County as we are near complete on significant projects. TKW CONSULTING ENGINEERS, INC. Project Performance and Current Work load 'FINAL NUMBER CURRENT PROJECTS START END ORIGINAL DF Project Description DATE DATE BUDGET PROJECT CHANGE COST ORDERS Gateway WWTP Expansion 2007 2012 $27,000,000 $26,500,000 0 Peace River 1991 Facility Rebuild 2013 2014 $ 12,000,000 TBD TBD (100%Plan in August 2013) US-41 Utility Relocation, 2010 2012 $500,000 $485,000 0 Corkscrew Rd.to San Carlos Blvd. Florida Keys Aqueduct Authority (FKAA)Key Largo 36" 2007 2009 $14,000,000 $12,000,000 1 Transmission Main Replacement— MM 93 to 98 City of Fort Myers Downtown Streetscape and Utility 2004 2007 $18,250,000 $16,370,000 2 Replacement Phase 1 5.1 Packet Page -1856- 10/8/2013 16.C.1. 1'6 A r. Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades ,ON$ULIING EN(iiNUIi$ August 19.2013 City of Fort Myers Downtown Streetscape and Utility 2005 2008 $22,600,000 $20,222,000 2 Replacement Phase 2 Fort Myers Downtown Streetscape 2008 2009 $17,185,000 $15,407,000 1 and Utility Replacement Phase 3 City of Fort Myers Central to South AWWTP 24"Reclaimed Water 2008 2009 $3,250,000 Not built 0 Interconnect Lee County Utilities(LCU)Gateway 2005 2008 $2,450,000 $2,850,000 0 Wastewater 24"Force Main Lee County Utilities(LCU)San 30°/t, Carlos Force Main Replacement 2013 Complete $1,498,000 TBD 0 Main St.to Hurricane Pass Charlotte County Utilities(CCU) 90°x° US-41 Utility Relocation& 2012 Complete $6,255,000 TBD 0 Expansion All on-going work is shown in the above table; pending work has not been identified at this time. TKW has sufficient staff resources to perform our proposed role on the project team proposed for the NCWRF Electrical Reliability and Mechanical Operations Upgrades project. Both members of the TKW team, Hole Montes and RKS already have extensive experience with eh NCWRF and have advanced designs for upgrades previously; therefore, they will be able to perform their roles with great efficiency and have demonstrated they have the resources in pace to perform for Collier County on many past projects. TKW team member Hole Montes maintains professional staff having considerable experience with the NCWRF, including providing services related to ongoing projects at this facility. The combination of the staff to be assigned having previously work on this specific portion of the facility along with the synergies of them working on other areas of the same facility allow Hole Montes to efficiently incorporate the new work under the proposed assignment into their current and projected workload. In particular, key staff associated with ongoing construction activities at the NCWRF will be available when the construction activities contemplated under the subject project would be anticipated to begin. This, along with other construction activities at the NCWRF, will allow for likely combination of what otherwise might be multiple part-time assignments into a more concentrated effort, providing efficiencies from which the County will benefit. 5.2 Packet Page-1857- 10/8/2013 16.C.1. re� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric(Reliability and Mechanical Operations Upgrades ecra.wrt:c;EN4INW?S August 19,2013 TAB VI: REFERENCES References TKW Consulting Engineers, Inc. contacted the following client/owner's representatives and provided them with Collier County's Reference Questionnaire and instructions for their completion. We received completed questionnaires from all our references. As requested in the RFP, TKW has included the five (5) top scoring reference questionnaires. TKW encourages Collier County to contact any of the references listed for their evaluation of our services on past projects. Mr. Luis Soto, P.E. Mr. Gregory Pick Engineer Manager, Utilities Division General Manager Lee County Utilities Fiddlesticks Golf& Country Club 1500 Monroe Street 15391 Canongate Drive Fort Myers, FL 33901 Fort Myers, FL 33912 Phone: (239) 533-8151 Phone: (239) 210-2770 Fax: (239)485-8385 Fax: (239) 768-5741 Email: LSoto(a�leegov.com Email: gpick(a�fiddlestickscc.com Mr. Kevin Morris, P.E. Science and Technology Officer Peace River Manasota Regional Water Supply Authority 9415 Town Center Pkwy Lakewood Ranch, FL 34202 ,, Phone: (941) 316-1776 Fax: (941) 316-1772 Email: kmorris pregionalwater.orq Please note, on three of the reference forms (those sent to Kevin Morris of the PRMRWSA)the projects are currently on-going; therefore, Question 6 was not scored, and TKW could only score a maximum of 90 points for each project. Our reference, Mr. Morris provided a score of 90 out of a possible 90 on all three projects (100%). Although these projects are on-going, we requested an evaluation from Mr. Morris because the scope and nature of the work TKW performed for the PRMRWSA is similar in nature to the work requested for the NCWRF in that it involves significant modifications to an operating public water treatment facility that necessarily maintains an extremely high standard of reliability supplying potable water to almost 400,000 people in four counties. These projects are also recent, in-fact on-going, so reflect the performance of TKW current staff as proposed for the NCWRF Electrical Reliability and Multiple Compliance project. Because Question 6 was not applicable on three projects TKW offers that: TKW total scoring of 460 points from a possible 470 results in an overall rating of 97.8%. 6.1 Packet Page-1858- 10/8/2013 16.C.1. Collier County Mechanical CCNA Solicitation#13-6020 pgrad s NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ::JNsuuinG ENGINEERS August 19,2013 Reference Questionnaire#1 Score 90/90 = 100% ter qty Puchsoirp atr:remEuseruo�ea Attachment 8:Reference Questionnaire Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for, TKW Consulting Engineers,Inc. (Name of Company Requesting Reference Information) Doug Eckmann,P.E.,BCEE,Patrick Day,P.E.,and Mike McGee,P.E. (Name of Individuals Requesting Reference Information) Name: Kevin Moms,P.E.,BCEE Company: Peace River Manasota Regional Water Supply Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kmordsiregionalwater,orc FAX: (941)316-1772 Telephone: (941)316-1776 Collier County is Implementing a process that collects reference Information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisfied(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdlual again). If you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored`0.' Project Description: 1991 Facility Rebuild Completion Date: Estimated 2014 Project Budget: $12.0 Million Project Number of Days: Estimated 720 days - Item Citerie Score 1 Ability to manage the project costs(minimize change orders to scope). l0 2 Ability to maintain project schedule(complete on-time or early), ` o 3 Quality of work. I0 4 Quality of consultative advice provided on the project. 0 5 Professionalism and ability to manage personnel. i b / 6 Close out project process(final product turnover,invoices;manuals or going h as v. forward documentation,etc.) I 7 Ability to verbally communicate and document information clearly and succinctly. y 8 Abiltity to manage risks and unexpected project circumstances. `o 9 Ability to follow County policies,procedures,rules,regulations,etc. 10 Overall comfort level with hiring the company in the future(customer satisfaction). i o TOTAL SCORE OF ALL ITEMS 90/q 0 Please FAX this completed survey to: (239)278-0922 By Thurs.08/15/13 #13.6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 6.2 Packet Page-1859- 10/8/2013 16.C.1. Tr A PP" Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ,.GNSULIING LNGINttlib August 19.2013 Reference Questionnaire#2 Score 90/90 = 100% kt++reaesLa k�nioes 0ivwn Attachment 8:Reference Questionnaire Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for: TKW Consulting Engineers,Inc. (Name of Company Requesting Reference Information) Doug Eckmann,P.E.,BCEE,Patrick Day,P.E.,and Mike McGee,P.E. (Name of Individuals Requesting Reference Information) Name: Kevin Morris,P.E.,BCEE Company: Peace River Manasota Regional Water Supply Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kregionalwater.org FAX: (941)316-1772 Telephone: (941)316-1776 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisfied(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored"0.' Project Description: Sludge Vault Modifications Completion Date: Estimated completion 11/2013 Project Budget: $175,000 estimated Project Number of Days: Estimate 210 days Item Cherie Score 1 Ability to manage the project costs(minimize change orders to scope). ' 2 Ability to maintain project schedule(complete on-time or early). 3 Quality of work. ` 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process(final product turnover;invoices;manuals or going has may) forward documentation,etc.) hat'oxt 7 Ability to verbally communicate and document information clearly and succinctly. i o 8 Ability to manage risks and unexpected project circumstances. + Q 9 Ability to follow County policies,procedures,rules,regulations,etc. `a 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 40 f of 0 Please FAX this completed survey to: (239)278-0922 By Thurs./08/15/13 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 6.3 Packet Page -1860- 10/8/2013 16.C.1. I6� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades LuNSUl11NG E■(itNkkRS August 19,2013 Reference Questionnaire#3 Score 90/90 = 100% Ca ,�e,G:.ocosty Pui rtl'ri42Yg 5atiioec ordrm PWUikq Attachment 8:Reference Questionnaire Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for. TKW Consulting Engineers,Inc. (Name of Company Requesting Reference Information) Doug Eckman,P.E.,BCEE,Patrick Day,P.E.,and Mike McGee,P.E. (Name of Individuals Requesting Reference Information) Name: Kevin Morris,P.E.,BCEE Company: Peace River Manasota Regional Water Supply Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kdmorris( regionalwater.org FAX: (941)316-1772 Telephone: (941)316-1776 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firrndivdival again). ff you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored'0." Project Description: Air Compressor Inprovement- Completion Date: Estimated completion date 10/2013 Reservioir#2 Aeration System Project Budget: $400,000 Project Number of Days: Estimated 365 days Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). Q 2 Ability to maintain project schedule(complete on-time or early). ) o 3 Quality of work. ) 4 Quality of consultative advice provided on the project. ) Q 5 Professionalism and ability to manage personnel. j O 6 Close out project process(final product tumover,invoices;manuals or going nod• ctn>SIc..V forward documentation,etc.) a{- 5 7 Ability to verbally communicate and document information clearly and succinctly. f o 8 Abiltity to manage risks and unexpected project circumstances. D 9 Ability to follow County policies,procedures,rules,regulations,etc. I 0 10 Overall comfort level with hiring the company in the future(customer satisfaction). I o TOTAL SCORE OF ALL ITEMS 90/9 n Please FAX this completed survey to: (239)278-0922 By Thurs.08/15/13 gr 13 #13.6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 6.4 Packet Page -1861- 10/8/2013 16.C.1. IV Collier County'.CCNA Solicitation#13-6020 NCWRF Design Services for Electric'Reliability and Mechanical Operations Upgrades :UNSiiLIING ENGINEENS August 19,2013 Reference Questionnaire#4 Score 97/100= 97% cot,Ccruniy Attachment 8:Reference Questionnaire Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for (Name of Company Requesting Reference Information) i ID 6 ck c k Val (Name of Individuals Requesting Reference Information) Name: ;{�,- /ek Company: A k�[��c=5T1L/Ls (,✓cf-,.t1�-t-74C ' (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: , (/ / Telephone:,„:435 C ptL'�<�-1 I az7(Ls7l c'ICsc��.�Gruf�� Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area leave it blank and the item or form will be scored"0." Project Description: �/X44") � ) l,'; 2? Dat 6%'k1 X77- • • 1U-- Project Budget: ` . /'5 -I0-0 Project Number of Days: / U 04-y4 I Item I Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). d • G 2 Ability to maintain project schedule(complete on-time or early). f 3 Quality of work. /6 4 Quality of consultative advice provided on the project. 1 5 Professionalism and ability to manage personnel. 6 Close out project process(final product turnover;invoices;manuals or going forward documentation,etc.) Ji 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. G`{ 9 Ability to follow County policies,procedures,rules,regulations,etc. I ! 10 Overall comfort level with hiring the company in the future(customer satisfaction). to TOTAL SCORE OF ALL ITEMS /7 Please FAX this completed survey to' By #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 6.5 Packet Page -1862- 10/8/2013 16.C.1 . Collier County Mechanical CCNA SolicitatiOn#13-6020 pgrad s NCWRF Design Services for Electric]Reliability and Mechanical Operations Upgrades LON;ouirvu SNSIN:diS August 19,2013 Reference Questionnaire#5 Score 93/100 = 93% .Wrii>hLainereee �Msim MipYlp Attachment 8:Reference Questionnaire Solicitation:#134020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for. TKW Consulting Engineers,Inc. (Name of Company Requesting Reference Information) Doug Eckmann,P.E.,BCEE,Patrick Day,P.E.,and Mike McGee,P.E. • (Name of Individuals Requesting Reference Information) Name: Luis Soto,P.E. Company: Lee County Utilities (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Emali: Isoto@leegov.com FAX: (239)479-8176 Telephone:(239)533-8151 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the beat of your knowledge on a scale of 1 to 10,with 10 representing that you were very satislfed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area leave It blank and the item or form will be scored'0' Project Description: Gateway WWTP Expansion Completion Date: 06/23/10 Project Budget $29.75 Million Project Number of Days: 790 days 1 Ability to manage the project costs(minimize change orders to scope). 7 2 Ability to maintain project schedule(complete on-time or early). 3 Quality of work. /0 4 Quality of consultative advice provided on the project / 5 Professionalism and ability to manage personnel. 6 Close out project process(final product turnover;invoices;manuals or going forward documentation,etc.) 0 7 Ability to verbally communicate and document information clearly and succinctly. if O 8 Abiltity to manage risks and unexpected project circumstances. !0 - 9 Ability to follow County policies,procedures,rules,regulations,etc. / 10 Overall comfort level with hiring the company in the future(customer satisfaction). 8 TOTAL SCORE OF ALL ITEMS 73 Please FAX this completed survey to: (239)278-0922 By Thurs.08(15/13 *13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 6.6 Packet Page-1863- 10/8/2013 16.C.1. WAIF, Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades ::ONSUIUING ENGINEER- 19,2013 TAB VII: ACCEPTANCE OF CONDITIONS Acceptance of Conditions Statement TKW Consulting Engineers, Inc. certifies that we have read the Request for Proposal, Terms and Conditions, Insurance Requirements, and any other documentation relating to this request and this proposal is submitted with full knowledge and understanding of the requirements and time constraints noted herein. TKW Consulting Engineers, Inc. agrees to the General Terms and Conditions contained in CCNA Solicitation# 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades without exception. 7.1 Packet Page-1864- 10/8/2013 16.C.1 . I4W Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades E:0ns,k 11NG ENGIN:LH_ August 19,2013 Certificate of Insurance Coverage TKW Consulting Engineers, Inc.will meet and/or exceed the Professional and Liability Insurance requirements and coverage will be activated within five (5) days upon being awarded this project. Attached is a letter from our insurance agent stating TKW is capable of obtaining the required limits set by Collier County for this project. 12,4 AMES Sr GOUGH August 15,2013 Collier County Board of County Commissioners Collier County Government Purchasing Department 3327 Ta m i a m i Trail E Naples,FL 34112 To Whom it May Concern, Ames&Gough is the professional liability insurance broker for TKW Consulting Engineers,Inc.Please be advised that should they be awarded the project(CCNA Solicitation#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades),TKW Consulting Engineers,Inc.will be capable of obtaining the required insurance limits of$2 million per claim/$2 million annual aggregate. Please let us know if you have further questions. Regards, Matt Gough Partner 8300 Greensboro Drive,Suite 980♦McLean,Virginia 22102 Telephone:(703)827-2277♦Facsimile:(703)827-2279 E-Mail:info @amesgough.com 7.2 Packet Page-1865- 10/8/2013 16.C.1 . I f" Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades CONSUMING ENTMEEPt August 19,2013 Below is our Certificate of Insurance for Collier County with our current coverage limitations. �,■1/141 TKWCONS-01 DGARCIA A`c REY CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDnrrY) 8/15/2013 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 NAME: Ames&Gough PHONE 703 827-2277 210 ac w 703 827-2279 8300 Greensboro Drive .IA(c,ns.€W.:�_.._.__)._._.___.— `__.._...LL........._ol:–� (--.-...___._...__...-- Suite 980 E-MAIL DDE McLean,VA 22102 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:American Casualty Co of Reading,PA A(XV) 20427 - INSURED INSURER B:National Fire Insurance Company of Hartford A(XV) 20478 TKW Consulting Engineers,Inc. _INSURER C_COnt Rental_Casualty Company.(CNA)A(XV) 20443 5621 Banner Drive INSURER D_Hartford Underwriters insurance Company 30104 Fort Myers,FL 33912 INSURER E:Travelers Casualty&Surety Company of America 31194 INSURER F COVERAGES CERTIFICATE NUMBER: 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 IAEOL(SUBR POLICY EFF 1(WAY,W)LTE TYPE OF INSURANCE INSR I WVD POLICY NUMBER (MM/DD/YWYI l(MMIDD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE ;S 1,000,000 A A COMMERCIAL GENERAL LIABILITY 4032766627 1/1/2013 1/1/2014 PREMISES(Es occurrence) I S 300,000 I I CLAIMS-MADE I X I OCCUR MED EXP(Any one person) I S 10,000 I I PERSONAL&ADV INJURY I$ 1,000,000 _ GENERAL AGGREGATE E 2,000,000 _GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS.COMP/OP AGG E 2,000,000 X�POLICY I X I jF0. i 1 LOC I$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 ---X-1 rEa accident) $ :- B ANY AUTO 14031256893 1/1/2013 1/1/2014 BODILY INJURY(Per person) S 'ALL OWNED SCHEDULED BODILY INJURY(Per accident)I S _i AUTOS I-1 AUTOS _ _._ _ ,,.I HIRED AUTOS AON-OWNEO PROPERTY DAMAGE 1$ �._.._..AUTOS .IPer _.-_.._4_.._..- _.._.._._._ I I IS X I UMBRELLA UAB 'X OCCUR EACH OCCURRENCE I S 5,000,000 C EXCESS LIAB 1 CLAIMS-MADE 4032766613 1/1/2013 1/1/2014 AGGREGATE I S 5,000,000 I DES 1 X 1 RETENTIONS 10,000 I S WORKERS COMPENSATION X WC STATU-f OTH- ERS EMPLOYERS'LIABILITY ..__LTQRI LlMItS1__i_.ER /N D ANY PROPRIETOR/PARTNER/EXECUTIVE( ' NIA 42WECCG9515 1/1/2013 1/112014 E.L.EACH ACCIDENT iS 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE{5 1,000,000 O SCRIPTION O OPERATIONS below E.L.DISEASE-POLICY LIMIT I S 1,000,000 E Professional 1105807408 7/1112013 7/11/2014 IPer Claim 1,000,000 E Liability 105807408 7/11/2013 7/11/2014 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,it more space Is required) Re:Collier County:CCNA Solicitation 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades for any and all work performed on behalf of Collier County. For Submittal Purposes Only. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ty ty ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Government Purchasing Department 3327 Tamiami Trail E AUTHORIZED REPRESENTATIVE Naples,FL 34112 l - ,4._ �"(D 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 7.3 Packet Page-1866- 10/8/2013 16.C.1. IrCi A r. Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades o�;uuir:u srvuw�ens August 19,2013 TAB VIII: REQUIRED FORMS]ATTACHMENTS Required Forms All forms required for this submittal by Collier County Government for CCNA Solicitation# 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades are in this section on the following pages. 8.1 Packet Page -1867- 10/8/2013 16.C.1. T Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades sCNSULIING fsivNLERS August 19,2013 Attachment 2: Consultant Checklist C® >l�r Carty Adrrife Servges Divisbn Purchasing Attachment 2:Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED.Please read carefully,sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: © The Proposal has been signed. Pg All applicable forms have been signed and included,along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ® The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn:Evelyn Colon,Procurement Strategist CCNA Solicitation: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades ® The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. © The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: TKW Consulting Engineers,Inc. Address: 5621 Banner Drive City,State,Zip: Fort Myers,FL 33912 Telephone: (239)278-1992 Email: ne.brubakert cibronline.com Representative Signature: _ %) : /, Representative Name: Larene E.Brubaker Date 08/14/13 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 37 8.2 Packet Page-1868- 10/8/2013 16.C.1. I W Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades �or+sunw� rtewe[:rs August 19,2013 Attachment 3: Conflict of Interest Affidavit Acimirestruive Services Oivefan Pura Attachment 3:Conflict of Interest Affidavit By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work; and bear on whether the firm(employees,officers and/or agents)has a possible conflict have been fully disclosed. Additionally,the firm(employees,officers and/or agents)agrees to immediately notify in writing the Purchasing/General Services Director,or designee,if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: TKW Consulting Engineers, Inc. Signature and Date: , `�- �" 08/14/13 Print Name Trudi K.Williams,PE Title of Signatory i Chief Executive Officer State of Florida County of Lee SUBSCRIBED AND SWORN to before me this 14th day of August 20 13 by Trudi K,Williams,P.E. ,who is personally known to me to be the Chief Executive Officer for the Firm,OR who produced the following identification N/A tary Public t` My Commission Expires JL(\ 9-0 40.,.1.Y.N AMANDA MISSlQ t ELL # .; *MY COMMISSION N EE 115128 a rhr EXPIRES:July 25,2015 14orns Bonded Tiro Budgul Notary Sends #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 38 8.3 Packet Page-1869- 10/8/2013 16.C.1. TIM Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades CON$JLIING ENiINEEIH$ August 19,2013 Attachment 4: Consultant Declaration Page +Co per y AdmhistraIi.e Services aiv<siart PutchaNng Attachment 4:Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 RE: CCNA Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Dear Commissioners: The undersigned,as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith,without collusion or fraud. The Consultant agrees,if this proposal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County,for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 14th day of August , 20613 in the County of Lee ,in the State of Florida ;. Firm's Legal Name: TKW Consulting Engineers, Inc. Address: 5621 Banner Drive City,State,Zip Code: Fort Myers, FL 33912 Florida Certificate of L47256 Authority Document Number 65_0171147 Federal Tax Identification Number CCR # or CAGE 3FWR7 Code Telephone: (239)278-1992 FAX: (239)278-0922 Signature by: Truth K.Williams, (Typed and written) Title: Chief Executive Officer L5iIIMCCk04‘4,d‘—)4 ,`".,'"..;;'A,4, AMANDA HARRELL * *MY COMMISSION tEE 115129 #13-6020 NCWRF Design Services for Electrical Rellabtllty and Mechanical Operations Upgrades EXPIRES:Joly25,2015 39 'Fan Woad 1Mi eate1 Maly 5avkes 8.4 Packet Page -1870- 10/8/2013 16.C.1 . IW Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades ..QN$ULIiNG ENCiNthR. August 19,2013 Additional Contact Information Send payments to: (required If different from above) Company name used as payee Contact name: Title: N Address: N . City,State,ZIP \ • Telephone: • FAX: \ \ Email: \, Office servicing Collier \, County place orders (required ed If ff different from m above) Contact name: • Title: \. Address: ~ City,State,ZIP N, Telephone: Email: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 40 8.5 Packet Page -1871- 10/8/2013 16.C.1 . Te� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades CONSUMING+iNGINisR5 August 19,2013 Attachment 5: Immigration Affidavit, E-Verifv Profile, and Memorandum of Understanding to C.o der Col,aity Adninirsaative Santos Divisor) Putnam; Attachment 5:Immigration Affidavit Certification CCNA Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades This Affidavit is required and should be signed,notarized by an authorized principal of the fine and submitted with formal Invitations to Bid(ITB's)and Request for Proposals(RFP)submittals. Further,Consultants/Bidders are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to Include this Affidavit and acceptable evidence of enrollment In the E-Verify program may deem the Consultant/Bidder's proposal as non-responsive, Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C.Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verlfy and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verlfy),operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultants/Bidder's proposal. Company Name TKW Consulting Engineers, Inc. Print Name Trudi K.Williams,PE Title Chief Executive Officer Signature s Date 48/14/13 State of Florida County of Lee The foregoing instrument was signed and acknowledged before me this 14th day of August 20_,3 by 11 t "Ttrld.(1; �(, W t`tl Q M S whe-hesproddaced' as identification. (Print or Type a , (Type of I entification and Number) 4aA %.� Or e., �1:ry Public Signature 1;1'1 h 01,(): ,ere a .0,;.:N AMANDA HARRELL Printed Name of Notary Public * *MYCONMISSION#EE 115129 ^� ,y EXPIRES:Jut/25,2015 11514 / •rt•�• `�- '�soFwo 5mdadlmrdidgetMann5aries Notary Commission Number/Expiration The signee of this Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 41 8.6 Packet Page-1872- 10/8/2013 16.C.1. VW Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric!Reliability and Mechanical Operations Upgrades �oesowhs eur;!aec�s August 19,2013 E-Verifv Profile Page EmployerWizard Page 1 of 1 E VeriFy ` 'r 1111111;' WeirsriNe User Ie W R lupin Employment Eligibility Verification La/vie Brubaker LRRU 2002 09.31 AM-05/013/201:t Log Out GhekenyQ'forlielp � Home Company Information My Cases New Case View Cases . Company Name: TIM/Consulting Engineers,Inc. View!Edit Search Cases My Company ID Number. 226_^04 Edit Profile Doing Business As(DEA) Name: Change Password DUNS Number. 783536234 Change Security Questions My Company Physical Location: Mailing Address: Edit Company Profile Address 1: 5621 Banner Uncle Address 1: Add New User , Address 2: Address 2: View Existing Users City: Fort Myers City: , Close Company Account State: FL State: My Reports Zip Code: 33512 Zip Code: View Reports County: LEE My Resources View Essential Resources Additional Information: . Take Tutorial Employer Identification Number.65017114 7 View User Manual Total Number of Employees: 20 to 99 Contact Us Parent Organization: Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: 541-PROFESSIONAL.SC:IENTIF1C,AND TE!_HNICA.LSERVILES View!Edit Total Hiring Sites: 1 View I Edit Total Points of Contact 2 View!Edit View MOU U.S Gaper-hunt of Homeland Securty-ww.wdhs one U.S.CeicenRrip end!malieratice Serums eeervu;dsgov AcceortMGty Donnloed,lens 8.7 Packet Page-1873- 10/8/2013 16.C.1 . 76� Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades :;ONSUL+ING ENGINELNS August 19,2013 E-Verify Memorandum of Understanding EVenly ��I,. Y ill�l�i�� Company ID Number:226404 To be accepted as a participant in E-Verify,you should only sign the Employer's Section of the signature page. If you have any questions,contact E-Verify at 888-464-4218. Employer TKW Consulting Engineers Inc Carol Beauvois Name(Please Type or Pont) Title Electronically Signed 06/29/2009 Signature Date Department of Homeland Security—Verification Division USCIS Verification Division Name(Please Type or Prinl) Title Electronically Signed 06/29/2009 Signature Date Pape 1.1 a+13E- ea+l,Ml4J =.S.rn .t_r _islo,rCats C2 C3 atas.; 8.8 Packet Page-1874- 10/8/2013 16.C.1. 1 r6� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electrici Reliability and Mechanical Operations Upgrades :ONeUltfliti ENGINEER$ August 19,2013 w EVenly Company ID Number:226404 Information Required for the E-Verify Program Information relating to your Company: Company Name:TKW Consulting Engineers Inc Company Facility Address:5621 Banner Drive Fort Myers,FL 33912 Company Alternate Address: County or Parish:LEE Employer Identification Number: 650171147 North American Industry Classification Systems Code:541 Parent Company: Number of Employees: 20 to 99_ _ __ Number of Sites Verified for: 1 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: . FLORIDA 1 site(s) Page 12 of 3 VRrify MOU t,r imp y€ Revisi r Date 1C,129108 8.9 Packet Page-1875- 10/8/2013 16.C.1 . ZC� Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades GUNSULIING ENGINEENS August 19,2013 ...,.,, E VernF T,,,.::_L„„ „.„,,. Y Company ID Number:226404 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Carol Beauvois Telephone Number: (239)278-1992 ext.255 Fax Number: (239)278-0922 E-mail Address: carol.beauvois @tkwonline.com Name: Amy Bond Telephone Number. (239)278-1992 ext.107 Fax Number: (239)278-0922 E-mail Address: amy.bond @tkwonline.com Page 13 of 115 9 iJ rmoc4 ,,evisl r.,acv C;2<3rJs 8.10 Packet Page-1876- 10/8/2013 16.C.1. T6Ar. Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades orasu[nne u4S,FEEN_ August 19,2013 Attachment 6: Consultant Substitute W9 CAI"County AdmheisalkeSentas Wean o Attachment 6:Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers If used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)require that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name, I KW consulting tnglneers,Inc. (as shown on income fax return) Business Name (if different from taxpayer name) Address 55621 Banner Drive city Fort Myers state Florida Zip 33912 Telephone (239)278-1992 FAX (239)278-0922 Email info @tkwonline.com Order Information Remit I Payment Information Address, 5621 Banner Drive Address 5621 Banner Drive cityFort Myers state FL Zip 33912 city Fort Myers state FL Zip 33912 FAX (239)278-0922 FAX (239)278-0922 Email info @tkwonline.com Email info @tkwonline.com 2. Company Status(check only one) _Individual I Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501(c)3) Enter the tax classification (D=Disregarded Entity,C=Corporation,P=Partnership) 3. Taxpayer identification Number(for fax reporting purposes only) Federal Tax Identification Number(TIN) 65-0171147 (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form:Certification:Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge. —4/ Signet e ■11111.111r... Date 08/14/13 Trttfi K.Williams, PE Title Chief Fxecufive Officer Phone Number (239)278-1992 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 42 8.11 Packet Page-1877- 10/8/2013 16,C.1 , TAN Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric'Reliability and Mechanical Operations Upgrades caNCUUinw enso4ftRS August 19,2013 Attachment 7: Insurance Requirements Ir County Aernirtstralive Services Dilrisicn Purchasing Attachment 7:Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ►:t Employer's Liability $1.000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $2,000.000 single limit per occurrence,$2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law,the ContractorNendor/Consultant shall indemnify and hold harmless Collier County,its officers and employees from any and all liabilities,damages, losses and costs,including,but not limited to,reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate,abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $1.000,000 Each Occurrence;Bodily Injury&Property Damage, Owned/Non-owned/Hired;Automobile Included 5. ® Other insurance as 0 Watercraft $ Per Occurrence noted: El United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence 0 Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑Pollution $ Per Occurrence Professional Liability $2.000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate #13-6020 NCWRF Design Services for Electrical Retiabiitty and Mechanical Operations Upgrades 43 8.12 Packet Page-1878- 10/8/2013 16.C.1. IrtiAr Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades S ONSULlING ENGINLA August 19,2013 • $2,000,000 per claim and in the aggregate ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 6. ❑Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located In the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑Performance and For projects in excess of$200,000,bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award,and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner,provided,however,the surety shall be rated as"A-or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide, published by A.M.Best Company,Inc.of 75 Fulton Street,New York,New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. I'i Thirty(30)Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5)days of the award of this solicitation. Name of Firm TKW,Consulting Engineers, Inc. Date 08/14/13 Consultant 410 Signature \. Print Name Trudi K.Williams,P.E. Insurance Agency Ames&Gough Agent Name Matt Gough Telephone Number(703)827-2277 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 44 8.13 Packet Page-1879- 10/8/2013 16.C.1 . �� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades LONSUIONG 506105555 August 19,2013 Attachment 8: Reference Questionnaire s Cotr County kininGSer a Samos onto, Putt'meg Attachment 8:Reference Questionnaire Solicitation:#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for: TKW Consulting Engineers,Inc. (Name of Company Requesting Reference Information) Doug Eckmann,P.E.,BCEE,Patrick Day,P.E.,and Mike McGee,P.E. (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a diets for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm(ndivdival again). If you do not have sufficient knowledge of past performance In a particular area,leave it blank and the item or form will be scored"O.' Project Description: Completion Date: Project Budget: Project Number of Days: Item Clteria Score 1 Ability to manage the project costs(minimize change orders to scope). 2 Ability to maintain project schedule(complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process(final product turnover;invoices;manuals or going forward documentation,etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies,procedures,rules,regulations,etc. 10 Overall comfort level with hiring the company in the future(customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: (239)278-0922 By Thurs.08115/13 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 8.14 Packet Page-1880- 10/8/2013 16.C.1. �1� Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades 1_CNSULIING ENGINEERS August 19,2013 Additional Information Professional Licenses & Registrations Copies of current State of Florida Professional registration licenses and certifications for TKW and its key proposed project staff, are included in this section. Professional Licenses can be verified on the Florida Department of Business & Professional Regulation, at http://www.myfloridalicense.com/dbpr/. State of Florida Department of State 1 cenify from the records of this office that T K W CONSULTING ENGINEERS,INC.is a corporation organized under the laws of the State of Florida.filed on January 29,1990.effective January 29,1990. The document number of this corporation o,147256. !� I further certify shat said corporation hasp id all ferns due this office through State of. Florida a December 31,2013.that its most recent annual mportiunifitrm business report v was filed on January 14,2013,and es status is active. Board of Professional Engineers Ou 'Attests that I further certify that said corporation has not tiled Articles of Dissolution. TKW-Consulting Engineers,.Inc. Ay i _l . m-r is authorized older the provisions of Section 471023,Florida Statutes,to offer engineering aervius to the public through a Professional Engineer,duly licenred under Chopter 471,Florida Statutes. berm coder ate hand and the Expiration:228/2015 CA Us. Great Seal of the Some nfFlerida Audit Na:228201503433 Certificate of Authorization 57022 at Tallahcoe'w Ihr Capital,Ibis is the Fevrtrenth dor of January, 2013 y W } tie rM.I Lem. Son... X No.:1 exN+MUU , m, a7 Al �" / Ii.xwrnN ae.INnrw :9.zB19 zs.9 Aw xlRx PNw I T■IIWn,N.FMMUn.tt.MASON •:%•;4;'-' 4 Secretary of State Professional Surveyor and Mapper Business License AOtheatintMn 111:(Y':tNx521T12i I TA1V CONSULTING ENShE1 S INC 9921',MVP Olt �1� II 'to euthenitun thiry etEIlnnatevRn the Following vitamler this EMT MM.Fl.3.12 C 111,and then Falhw the=Wm:mos",%Paned 1 ADAM n.P(550 hlt Pv,//enk.nanhlr.oIO/ttrunOter.11.01 1 CUMMIISSIONEN of AGRICULTURE S,A`"w LEE COUNTY LOCAL BUSINESS TAX RECEIPT ,rte LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2012.2013 .,_9,i. 2012-2013 Two Ca Pftor T=.C011tor ACCOUNT NUMBER:0904724 ACCOUNT EXPIRES SEPTEMBER 90,2013 ACCOUNT NUMBER:0601190 ACCOUNT EXPIRES SEPTEMBER 30,2019 vvdd 4.easw+r 44,EP,"Mehaenreel 1.1 erg u Guam., ErawEtAlxU Pmx OCCUPATIONAL re E LocatIon Loot., RAS LO CAL RUamtas TAx RECEIPT 6 tan REGULATORY MY CUMULTM,G&laMEERa p1C /NS LOC AL nOM.RESTAx REM'?m NON REGULATORY INW URIIN3P omEEM.:iw TAW CtxMMHR OIS xN. ORS M NOT A 61u.a0 NOT PAY ORS IS NOT A BILL•DU NOT PAY 0.BANNER OP WI BANNER OR EROmE P E,LIVERS Ft MO N 1•T. ,51 FT AVERS RUM W 310541•1•5 04•1Ae01P 09'91 MO G91Ut2br MC S7000 20,2,2013 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT 'd',,, "5:' St.S019.1192.01.1111212,ENGINE.. -sin S1eEle L.Potts ('hut INN Coto,To C„Ilotur .xx. Pa,e 0 13,...2 PP“'trt P i..-00003,111 3e-00 ..,,. „_,... .u,..I ...,.'...,=,.. 8.15 Packet Page-1881- 10/8/2013 16.C.1. T Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades August 19,2013 • 1 State ofFloriaa State of Florida Board of Professional Engineers Board of Professional Engineers • ..... ....Attests that Attests that Douglas Harold Eckmann P.E. Patrick Joseph Day;P.E. At Is licensed as o Professional ngsneer under Chapter 471,Florida Statutes . Is licensed as a Professional ngineer under Chapter 471,Florida Statutes Expiration:2128/2015 P.E Lc.No: Expiration:2/28/2015 P.E.Lie.No Audi,No: 228201518492 47259 Audit No: 228201527344 56709 State of Florida State .of. Florida Board of Professional Engineers . Board of Professional Engineers. • • ••Attests that' James Michael McGee,P.E. James'Thomas Lange is licensed as a Professional tngsneer under Chapter 471,Florida Statutes is licensed as o Professional tincer under Chapter 471,Florida Statutes Expiration:2/28/2015 P.E lie.No: Ands No: 228201525843 44055 Audit No: 228201531356 Special Inspector- . Lin No:7316709 State of Florida Board of Professional Engineers Attests that John Philip Mahlbacher,P.E. - A Is licensed as o Professional Engineer under Chapter 471,Florida Statutes Expiration:2128/2015 EL tic.No: Audit No: 228201514163 65432 Hole Montes, Inc. State of Florida Department of State 1 certify from the records of this office that HOLE MONTES.INC.is e corporation organized under the laws of lie State of Flonda,filed on April 3, 19'74. The document number of this corporation to 449,52 I further certify that sold corporation has paid all fees due tlus office through December 31,2013.that its most recent annual reporUuniform business ispon State of Florida WEIS filed on Februat3 28.2013,and its status is emus Board of Professional Engineers 1 fin/tsar certify that said corporation has not filed Ankles of Dissolution. Attests that Hole,Montes,Inc. • is authorized under the provisions or Section 471.023,Florida Statutes,so offer crpsneeringoornisss GNele Mader MY I...el./id Om Great Seal elk,Stale of Florida to the public through a Prof eosisnnh Engineer,duly licensed under Chapter 471,Florida Statutes at Talkshasee,the Capital,Mt kr Evpootion.22102013 CA Lie.No Audit No:278201501711 C.erfiricate or Authorization 1772 dic Ike* darqr Febrile',2013 "6'42 e,troO;r: Secretary of Stale nob we Professional Surveyor and Mapper Business license [AuthmIrlitapn ID:CC25.6I3615 0000theak.artI.r005005,rffl005tadflgastternerthut 1.01.1 minors Me ID,.eatsontoi5/00eoOcorskor.dliplyed. 50051t5/055 • II MID, http urn.Otoirt,oredinwenittiont onwinoio AD4rt 8.16 Packet Page-1882- 10/8/2013 16.C.1 . irtiAr Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades �ONSULIINr,ENGINLEHS August 19,2013 COLLIER COUNTY BURMESE TAX BUSINESS TAX NUIREit: 90001 COLLIER COUNTY 8081141188 TAX BUSINESS TAR NUMBS*: T42119 COIL nCOINTYTMC04ECtOR.PPM NODEMOCORP5-PAPLES PCRA MID.a211252M1 COLLIER COUNTY TAXCCUECTCR-tk ON NORBERICE OWE 4545E8 5101101205,molEsaann VOXT OURVEu5il6 Al.w. a,®e VIORWRWEffiREAT4•444 *Mum TKO RECEIPT EXPRE99PTE5•1R2E 2514 nes neon XA0510A1N10MS0.1014 OI1nAY Al PLACE 0enaaIPuS FOR MUD WBPECnCN I . . iaPIA,ATptACE Or 0sa,S4 ML Ml0CIIRCt10Rl LOGTM5250 ENCORE MY 2AWME TO 0010 E CONTRARY TO LOCAL LAW/ J '....I 856005 TO PO SOS OpRRARVTO LOCAL LAPS. _ 205255250E1A.ORE PM 4EGLFCISI.,' }LVSD M • OORPpV.TON -TNwiAAw XaIA[fa1W,01E- ZONED 111D COIPpRAllal -TEE:TAR w110NMONM114• 01986022 P0140 105-2000 MN22EES SlOE'.25•2000 OTA16610 65981760 100100N0ES.INC STATE EC sd 260 NOLEMONRO.NC 100t6NON2E9.516 ROIEMOMFB.SIC PO!0X111020 - PO.ECK111822 MAISEL.SPOCO20 NAPLES FL 241000000 C2ASSF ICATIOPIARDSURVETORCOPPORA101 DOE oznnNU aAg0R1GTEEr BNGREFRINO IMAM LATE 07005011 GIAW1IGtON 000E:O1506021 MOUNT 20-00 CLA0PEATgN COOS:22600101 MOUNT m00 The 400mN•2 swam me*TIP*S41 nnn44maN Nwal• RECEIPT CIA' RA. 02!11 oYwlm. iM4wmlms•ffi.l naern.1N10s4w204 111 4ms42tl40 a ms w mum 2P*Aw 0.54444•1•4•4•2444•44..44•••NN442:tmae 4.Aw4 54e'o. ..mm IITS01 wgw520410me01l011 elm Nr* Nom ow Ms O mmQ Pe ImmemnNN Wm Wm a 2mgPMwgbemsPM 4 m2. .'•" no5MN0 P*meIM meM NNSwN me 4•41514wa Nn PP Mmes 4140. .,.• State of Florida State of Florida Board of Professional Engineers Board-of Professional Engineers Artors that Attests that Ronald Edward Benson,P.E. Jerry Robert Taricska,P.E. sxi:, # nt,: ,r u,.;s Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional %ulcer under Chapter 471,Florida Statutes Espnottoo 2/28/2015 P.E.Cis.No: bowman,.220120t0 P.C.14,No Audit No: 228201521346 39926 Awdn No..228201513293 47956 VA.. na-.nunn ....n+r`e..,t'n No,1.555211 •J .. TN2. P2.P*.12.N.u, „114 �,2A2R, State of Florida Board of Professional Engineers Prel0SNlOnet 08e Surveyor and Mapper Demme Attests that „.... W Terry Cole,P.E. 7110,1AF N M. ' N01LM Alt 'T'MI 1,00 a:WAN /"-' . 7) t AA14.1,F 1 ft.-4•'ys:.. wR_N „,s.„N ,5-,2,tY,N, Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Espirotion:22812015 P.L.Lit.No ....«,-.,.....e.w+....•...-..+...,--*..--•«-....-..+-•.•..-+-- - •.u.'-w..-., Audit No: 228201521495 42347 State of Florida State of Florida Board of Professional Engineers Board of'Professional Engineers Attests that : Attests that Francis Joseph Feeeney,P.E. Harry C.Pepper III,P.E. Is licensed as a Professional gineer under Chapter 471,Florida Statutes Is licensed as a Professional E gineer under Chapter 471,Florida Statutes Espirotion:27282015 - P.E.Lie.No. F pirotion:2282010 P.L.Lc.No: Audit No: 228201523443 64698 Audit No: 2282111514864 17746 8.17 Packet Page-1883- 10/8/2013 16.C.1 . WA( Collier County CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades ..3316l0106,3 ENGINE895 August 19,2013 RKS Consulting Engineers, Inc. State of Florida Department of State I struit' iron the records of this v11:ce thou RKS ('t)NSI,LI'EMI I Acat's!I RS ,N(.Is lmoraY.n urcanucd under Ihr lases of the Stilt'of florid:,,filed on Junutr■.F.19oa. .rte, LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2013-2014 The document numivet oI this erurpnratiun in P99110(IIN)97lit. Tos for ACCOUNT NUMBER:0201022 ACCOUNT EXPIRES SEPTEMBER 30,2014 lUrlher ceru,Is nun said cornnration has paid all lee,due this office rn tssr w,ss.Nee Maness a: th ugh I) ,O'or 31 011,that n mt.:t 0:0.umuel rcpan vac 1110,1 Loa„y„ •NU,.cowwne CO;.Ln tar 17 I I.:mi Iit atatus is9l 15 0. 15960 MOM.on '"`'Ens PSS> I t,ir:her uertits than. said eorporannn has Inn flied Articles of rT %z 17isa0hnion. mms LOMMU e<se 7M110000716 NON nEauuronv o snowsuit. MUMS DO.w.ta x PE The IB NOT MOLL•as NOT PM FT MEM EL UM - 1 mmaets OMB WEB $60 00 Gwen none nn nma arta the o.,,,r heat al Hera 711h rnl rho the e 1 eh,n m,nrJam.",:2n„ State:of-Florida Board of Professional Engineers Secretary of,f,Slate Aaen$that RKS Consulting Engineers,Inc. . authorised ., Tae.loo i m-e;;I ∎,n;nn,.mn, is under the provisions 4 7103Tlodd Statute s,to if engineering seevces to the public through o Professional Engineer,dSly7licensed under Chapter 47$,Florido Statutes. -- __. Eapiratiam 2 15 CA Lic.No: _-_-�' ---- Audit N. 252018201 552773 Certificate of Autho6torion 8212 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Arrests that Attests that Donald Harry Williams,P.E. Tracy Marie Prokopetz,P.E. Is licensed os a Professional trtneer under Chapter 471,Florida Statutes is licensed as o Professional nE gmeer under Chapter 471,Florida Statutes Expiration 2282015 I'.5'tic.No: Exprropon:21282015 P.C.Lic,No: Audit No: 228201520899 29504 Audit No: 2252015L6560 62427 8.18 Packet Page -1884- 10/8/2013 16.C.1 . TriAr., Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades LONSUUING ENStnkERS August 19,2013 Minority Business Enterprise, Small Business Enterprise, and Woman Owned Small Business In addition to being a woman-owned business enterprise, TKW Consulting Engineers, Inc. is a certified State of Florida W/MBE (Woman Owned/Minority Business Enterprise)firm and a SBE (Small Business Enterprise)with many government agencies. TKW recently certified as a WOSB (Woman Owned Small Business) firm for federal government work as a consulting engineering firm. Therefore, we can offer our clients quality design professionals and a minority presence. L. SOUTH FLORIDA WATER MANAGEMENT DISTRIC_C REGISTERED VENDOR NCE 1012E8 AAA Apni5.2013 1-111191.9,9 x County ceenniCAnoN EXPIRATION DATE i'b#t AIMt6,x015 Ms.Trull K WAiams,President Board of County Commissioners TKW Consulting Engineers Inc. 5821 Banner Owe - Economic Development Department Fon Myers.FL 33912 Small/Minority Business Development Section Dear Me Williams: Congratulations,the South Fonda Wale,Manapemett Ds,.(Dlslnct)has caned your 11M1.5 5 Business (� Smog Business Enterprise(58E). this cMHxaeon is rebel for three(3)years and maY be Minority/Woman Business Certification am*,when business a conducted in Na following wea(5) Protteslonel Engineering and Surveying and Mapping Sangkn Ma*O or PM. aN. ..Nr�.r,cur,.,n:.r�dr.arem,.er...).'d*I 1 KW Consulting Engineers tneerc Inc. WNl Sc rem rowed SILL puelel0010.f/you or..eeralleai*n F man.putky moo.Lorne env.Or L*cur.enneear e..,rets.Aan.ler.edwe,waferwan HC-1321/13 Ronan.'Is rammed every three(3)years end Should be requested a me mum of 4S days poor to the above mast.dal. Valid from April 17.2013-April 18,2015 II any changes Incur sOlon your company dyeing the congestion penod such as ownership.Sl l,aie company alnlut.address telephone number,Imenskp Sabre,gross revenue or any infonalron Nat Approved Lines of Business: R reels&to your SBE Certification status,you must notify this ogee m Writing nnmediO n e mere.Met we maintain current infonnabon on your company at all times.FAILURE TO REPORT r- / t- CHANGESMAYRESULT IN DECERTIFICATION Consulting E'ngineers/Civil,Structural and Ceni&ooln i is not a guarantee that your firm mE rem.work.nor an assurance that your inn we remam in the Demo10 vendor Waage.. Ens-ironn`tental We look Idrward to a mutually benehael 551901g 0050/000 Sincerely, OrOU 7—i 0.`1 CZO' i ,e angry. rrJ,, P1 . 14X._ cokeen M.Robes Brenda Eighme Sr Como/wen Snoolatel > Pracuteme0 Bureau Small/Minority Business Development Administrator a,,0 State State of Florida v t 4 r Er , &/ r' 1, Ai'1inorii- €''l'i:.21:'II i' "°'' "` Y�f-'E_ :- 0 1 , Certification as Women or Minority t or E107';'. 131uones.Certification ,t f4;:.;; Business Enterprise 44-:,, I TKW Consulting Engineers,Inc , FM )Mewl,64a1)III +0 TKW Consulting Engineers,Inc. l `'0' a °'"` "'!"' Ow Cw Yewke 1'w'wlnw a id£:I).A.P,IPIrem,f RV!s/5 rmluw Yw0.+If0 �, m l�' is certified under the provisions of ' _ •-,w ,� 287 and 293.187,Florida Statutes for a period from v g Eye /02/21/2012 to 02/21)2014 rig P . _ - 7... j �. j Florien Department o f Management ices X, John P Miles Secretary Office of Supplier Diversity 11�.° t4 e. .1 , i ab 41 s •Y , p,'� 1a * i ,t /lek sea', 1'P.17..'4f "4 az. ltlix of uy-irl.r P ride n.Sv,Ir SO-'I.LLNr��.sL-� IwA Said_ ;M;S.w. .os,i,m.a�e.0iu _ 8.19 Packet Page -1885- 10/8/2013 16.C.1. WV Collier County.CCNA Solicitation#13-6020 NCWRF Design Services for Electricl Reliability and Mechanical Operations Upgrades CCNSULIING ENGINEERg August 19,2013 Insurance & Bonding Requirements As provided in Tab VII Acceptance of Condition, TKW Consulting Engineers, Inc. will meet and/or exceed the Professional and Liability Insurance requirements and coverage will be activated within five (5) days upon being awarded this project. Attached is a letter from our insurance agent stating TKW is capable of obtaining the required limits set by Collier County for this project. Also attached is a Certificate of Insurance for Collier County with our current coverage limitations. %'\ 'SWOONS-01 MARCIR i.9RO CERTIFICATE OF LIABILITY INSURANCE r"`�"" u+aa4u 14 a„e.f Ow Eon n,. nape le an OPmroNat INSURREED..PNSwwoswr be*.n cuaxaoG..wx law.YrvEbf.w.eso RN Rm.eososnomrs aMlM So nE..x.sows.mw won w....rrl aauwwxnanms a.unure an nermrxar Men boa 4 AN1ES&GOUGH P,,;:C.o.„e „ewio27.22en2+0 ,,.x,r.n IMP a22.22n Anglin 15,20❑ slyer Ya w 0000 .•....-^nn.„.....aa.. ea„. ..........._ .1w,.. noncan Cad y Co Of amino.P 1%YI l20427_... gym..... 0000... w,„.. rmsn. Power exxnra Navl MOS .. Collier Counts Board of Ceenly COmnlisa oners �ir""t Ewwnn.'. Mwal CSSw y CmrpancaCN 1 PWI:1,04 8a .. Cd' County Government m x s r r w M. lens. Wren Gau'syaarxw cnuxry Pall . .._ Purelasin0 Department l earner 3327 Trireme Trail E COVERAGES CERTIFICATE WORM REVISION MAWR, Napes.(134111 OTTO Ars Me TORO .call ttMlmxsrn ,'"7-11.;«,,°47:7:4-' s�eees.� O ene.Kr „°iw xasr+rnv r .......own To W hom it May Comen ..0....000 IPOP 000 • nw uv -w vsrt. asmws. taw. 4+100 . 000.000 _ „�� ove PPao w.n +00,0tt Amx6GU Gough Is professional bllYrn uran¢broker tor TRW(mwN Engineers,Inc elexe r-- that d to awarded R (CCNA iq tnt onp 13-602,1 NOVAS Design Services o 0.000,00[ rvs. O000Pp r Olecp tric[0.l il'Mkrn Operations Upgrades).TRW Consulting Engineers,00,Mc.wl he I emesen o- . mon..of oati nn5 me repaired insurance limits of$2 m ion per clam/S2 million annual aggregate. g n.c .urea u.e.m 0wwfn+s +,000.00C Please let us knout if you nave further questions. -nr. win.. .maws maw r s ur. pwrm wow revere.. NNY.s01” ..___.._ Rda, ,R*..r«. E.«... - _ 0000_ eµar . r+,.r.awf... 0.000.001 C ..ra. .wwuau Pram 1 VIC/0U Atunesno aeoo soli Mat(iough • `” u.w r +.cap 400 Partner E Preraa.. r ••-v'•,• r•• (000,044 E sae*u tar ten +U0•000000. 0.40.000 Re nun cswy:PUA 5000002. NCwa100 9O Mrwua 800200 0 80 0221,.M RrcMtrq O RMes•ISOM.seam Re anwn au..1•10vu„Prw.ca for M 0101.0.1,*NV OR V.WIVE OISSCRIUD MAC..CAMCELLCOSE.I.f. R300 Greensboro D rive.suilo 900•Md.cm.Virginia 22102 Ns*FL UM 72-K--,;�•e Mph..(203182"-22"•Facsimile(700)02'1--2219 / 0 00aawpa0OR GRVPMrON.w 701141 wnw. 8 Mai:tsf0 wamcsewgh.pa, acatO x 0010.61 3.44...°33.33M0140......... MM.ACC= Statement of Bonding • TKW Consulting Engineers, Inc. is a professional engineering consulting firm, and is financially sound, and capable of providing the resources required to execute this project. A Statement of Bonding Capacity is not included in this section, as bonding capacity is not required for Professional Services. 8.20 Packet Page-1886- 10/8/2013 16.C.1 . 16� Collier County:CCNA Solicitation#13-6020 NCWRF Design Services for Electric)Reliability and Mechanical Operations Upgrades 5JNSJLIING ENGINEERS August 19,2013 Received Addendum(s) As addenda(s) are considered binding as if contained and provided in the original Collier County: CCNA Solicitation#13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades, it is agreed that this submittal may be considered void if receipt of an addendum is not acknowledged. At the time of this submittal, Collier County has issued six(6) addendums in regards to CCNA Solicitation #13-6020. 8.21 Packet Page -1887- 10/8/2013 16.C.1. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. +C per County Administrative Services Dtvisian Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Evelyn Colon, Procurement Strategist 239-252-2667(Telephone) 239-252-2810(Fax) evelyncolon @colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. UN's Purchasing Department•3327 Tamlami Trail East•Naples,Florida 32.112-4901•vrww.colliergov.netpurchasing CCNA(Revision 01/01/2013) Packet Page -1888- 10/8/2013 16.C.1 . Table of Contents LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 23 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 27 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 31 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 38 ATTACHMENT 2: CONSULTANT CHECK LIST 39 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 40 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 41 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 43 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 44 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 45 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 47 #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 2 Packet Page-1889- 10/8/2013 16.C.1 . Co Coiner County Administrative Services Division Purchasing Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide consulting services for Public Utilities will be received until Time AM or PM, Naples local time, on DATE at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Services to be provided may include, but not be limited to the following: electrical, civil, and mechanical design services to upgrade the existing electric service number one (1) at the North County Water Reclamation Facility to class one reliability standards and to upgrade the irrigation quality water facilities to allow isolation of each pass of the effluent filters to facilitate routing of the resultant water to the desired end location. A non-mandatory pre-proposal conference will be held on DATE, commencing promptly at TIME., and will be held in the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.collieroov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on DATE. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 3 Packet Page-1890- 10/8/2013 16.C.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Utilities Planning and Project Management Department (hereinafter, the"Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The general scope of this RFP is to provide electrical, civil, and mechanical design services to upgrade the existing electric service number one (1) at the North County Water Reclamation Facility to class one reliability standards and to upgrade the irrigation quality water facilities to allow isolation of each pass of the effluent filters to facilitate routing of the resultant water to the desired end location. Background The North County Water Reclamation Facility (NCWRF) is rated for a Maximum Month Average Daily Flow (MMADF) of 24.1 MGD. The NCWRF contains two distinct biological treatment processes. The older (northern) portion of the plant includes a series of three oxidation ditches. The newer (southern) portion of the plant contains conventional aeration basins each in the two- stage Modified Ludzack-Ettinger (MLE) process for nitrogen removal. Both the "Oxidation- Ditch" plant and the "MLE" plant discharge into their respective sets of traveling bridge filters and chlorine contact basins to meet high-level disinfection reuse requirements. Reuse irrigation quality (IQ) water is pumped by the Reuse Pumping Station to reclaimed water customers. "Reject"water not meeting reuse standards is stored in reject ponds and/or disposed of down one or two on-site deep injection wells. Solids removed from both portions of the plant are aerated, thickened, dewatered and hauled off-site to the Okeechobee landfill. NCWRF process facilities are summarized below: • Pretreatment Facility with four(4) mechanical screens and three (3) aerated grit chambers. • Three (3) Oxidation Ditches with mechanical surface aerators. • Twelve (12) MLE Aeration Basins, each containing jet aeration systems in the anoxic zones and fine-bubble diffused aeration systems in the aerobic zones. The Aeration Basins are served by a Blower Building containing three (3) 300 hp and two (2) 150 hp multi-stage centrifugal blowers. • Nine (9) Secondary Clarifiers. • Four (4) Sludge Pump Stations (for return activated and waste activated sludge). • Twenty (20) traveling bridge effluent filters. • Five (5) Chlorine Contact Basins. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 4 Packet Page -1891- 10/8/2013 16.C.1 . • Two (2) Hypochlorite Storage/Feed Facility. • Two (2)Aerated Sludge Holding Tanks. • Two (2)Aerated Sludge Feed Tanks. • A Dewatering Building with five (5) belt filter presses and ancillary equipment (polymer system, belt press feed pumps, wash water booster pumps). • Two (2) compliance points for Orbal and two for MLE • Four (4) chemical scrubbers and one biological unit for odor • No grease and septage side stream processing • Two (2) Equalization Tanks • Two (2) sludge feed tanks • Four (4) reclaimed ponds • One (1) reject pond • Two (2) Deep Injection Wells (DIW) • Reuse Pumping Station • DIW Pumping Station • North-South IQ Interconnect • Two (2) North-South Raw Wastewater Interconnects Detailed Scope of Work This project may include professional engineering services for the pre-design, design, permitting, construction administration (partial), training; operational support and additional services for the NCWRF Class 1 Electrical Reliability and Multiple Compliance Points project. The work will be designed as a single bid package to consolidate construction. Construction substantial completion is anticipated to be completed within one year from the issued Construction Notice to Proceed. The selected CONSULTANT and sub-consultants shall have a minimum of ten (10) years of experience in the design and construction of wastewater facilities in Florida. Note that the work encompassed by each phase will be dependent upon recommendations developed in preceding phases and fully approved by County staff, as accepted by the Board of County Commissioners of Collier County (herein after referred to as COUNTY). A more detailed discussion on each phase of this Scope of Services is presented below: ASSUMPTIONS 1. CONSULTANT will incorporate all PPMD Utilities Standards where applicable. 2. Engineering design will be performance based to ensure full compliance, treatment and IQ production for each compliance train beginning with associated influent piping and ending with IQ delivery. 3. Compliance with County performance measures, including: a. The ability of all flows to be directed automatically b. Stormwater management system, if any, to be designed with incremental containment areas for SSO's (including manholes) #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 5 Packet Page-1892- 10/8/2013 16.C.1 . c. Off-site noise from designed facilities not to exceed County noise ordinance d. Design shall include provisions to prevent off-site spills e. Operational safety is non-negotiable. Design shall be in accordance with federal, state and local safety standards. f. Critical components to be designed in accordance with essential facility design criteria included in the wind-loading section of the Florida Building Code, or to higher wind-loading criteria as described in Section A.0.4.11 of this Agreement. g. Electrical power supply and distribution system design shall meet USEPA Class 1 Reliability standards consistent with those employed in the former design of the NCWRF Expansion to 24.1 MGD MMADF project. 4. Consulting engineer will be responsible for ensuring the design is fully aligned with operations and maintenance long term sustainability 5. Consultant will provide continuous training on operational protocols, contingency planning, flow management and seasonal readiness during the construction phase and after construction, through all seasons (high season, rainy season and IQ high demand season) 6. 0 & M's to be completed, approved and delivered before substantial completion Performance Measures The COUNTY has identified the following performance measures that govern the design, construction and implementation of the project: 1. The plant will be designed to handle seasonal peak daily flows and maintain production of sustainable IQ water at the following compliance levels: a. Minimum of 75% of daily flows during 100% of calendar year providing water quality with no fecal coliform count; and b. Less than five fecal coliform counts for remaining 25% at each compliance point. 2. New and expanded facilities shall be designed to comply with the COUNTY's noise ordinance. 3. Operational safety is non-negotiable. New and expanded facilities will be designed to comply with federal, state and local safety regulations. 4. Design all new facilities in accordance with current Florida Building Code and Facilities Management Department wind-loading criteria. The new facilities and components shall be designed to withstand Category 5 hurricane wind-loading. Wind-loading criteria in the Florida Building Code, and Facilities Management Department and other applicable standards are not identified by hurricane categories such as the Saphir-Simpson Scale (e.g., Categories 1 through 5). The CONSULTANT will review wind-loading criteria with the County during preliminary design, including those for"essential" facilities as defined by the Florida Building Code (e.g. —hospitals, water treatment facilities, etc.) and FEMA Design and Construction Guidance for Community Shelters (e.g., 200 mph wind gusts), in order to establish the required wind-loading design criteria to be used in final design of critical facilities. 5. Electrical power distribution systems for new and expanded facilities will be designed in accordance with USEPA Design Criteria for Mechanical, Electric, and Fluid System and Component Reliability MCD-04 (Class 1 Reliability standards) and to be consistent with the electrical power distribution system reliability provided for the MLE Facility (Electrical #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 6 Packet Page -1893- 10/8/2013 16.C.1 . Service No. 2) under the most recent plant expansion. The electrical power distribution system associated with Electrical Service No. 1 will be retrofitted to meet equivalent reliability standards. 6. CONSULTANT will be responsible for ensuring the design is fully aligned with operations and maintenance long term sustainability. 7. CONSULTANT will provide continuous training on operational protocols, contingency planning, flow management and seasonal readiness during the design, construction and warranty phase, through all seasons (high season, rainy season and IQ high demand season). 8. 0 & M manuals will be completed, approved and delivered before substantial completion of construction. Compliance The Project Will Specifically Address The Following Issues: The North County Water Reclamation Facility (NCWRF) currently has five sets of filters, each with one or two chlorine contact tanks. At this time, the effluent from these groupings of filters/chlorine contact tanks is discharged such that all of the flow is divided into two 30-inch and two 36-inch pipelines that allow transportation of the final effluent from the chlorine contact tanks to the reuse storage ponds. One of the 30-inch and one of the 36-inch pipelines is used for transporting flow from the oxidation ditch portion of the plant and the other 30-inch and other 36-inch pipeline are used for the MLE portion of the plant. Currently these lines terminate in the vicinity of the wetwell feeding the Deep Injection Well Pump Station (DIWPS). At this point, the two pipelines serving the oxidation ditch plant combine and can either flow through a 48-inch pipeline to the reuse storage ponds or flow through a 48-inch reject water line that flows into the DIWPS. In a similar manner, the two pipelines serving the MLE portion of the plant combine and can either flow through a 48-inch pipeline to the reuse storage ponds or flow through a 48-inch reject water line that flows into the DIWPS. Once the effluent from either the oxidation ditch plant or the MLE plant enters the wetwell at the DIWPS it can either be diverted to the Reject Storage Pond or to the DIWPS (for injection). In this manner, currently 100% of the flow from either the oxidation ditch plant or MLE plant must either be diverted to reuse or to deep injection, or to reject storage ponds. Once these pipelines are used for reject quality water then they cannot be used for reuse again until after having been flushed with reuse quality water going to reject. In order to increase the reliability for production of IQ water it is necessary to modify the piping and automatic control valves such that if one portion of either the oxidation ditch plant or MLE plant is producing reject that the entire production from that plant is not having to go to reject. For a number of years, more than 100% of the reclaimed water produced from this facility is committed to irrigation water customers. During periods when a portion, if not all, of the effluent from the facility does not meet reuse standards there is an even greater shortfall in supply that does not meet customer demands. In addition, there have been concerns that the deep injection wells have the potential for migration of the injected water, if not immediately, then over time to adjacent aquifers. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 7 Packet Page-1894- 10/8/2013 16.C.1. For this reason, it is much preferred for the deep injection wells to be used for disposal of excess reuse water during wet periods when demand is less than supply instead of relying on the deep injection wells for disposal of substandard water. For this reason, it is important to consider that the available volume to store substandard/reject water at this facility is a minimum and that there is not sufficient land available to increase storage volume for substandard/reject water. As a result, the most efficient method of dealing with reject water is to minimize the potential of reject water and to reduce the volume produced during periods when a portion of the facility may be producing reject water. The above project was conceived with this in mind as it not only would help provide a more reliable supply of irrigation water to the County's customers but it would also minimize the potential for production of reject water that may be in excess of the ability to economically store the reject water for eventual re-treatment. Reuse Currently the NCWRF monitors three effluent compliance points, which are located at the discharge of Chlorine Contact Basin No. 1, Chlorine Contact Basin No. 2, and at the combined discharge of Chlorine Contact Basins Nos. 3 through 5. The COUNTY seeks to consolidate sampling points to simplify effluent monitoring; thus if a single compliance point is not meeting reuse standards, the other points can remain in service and the COUNTY can maximize IQ water production to their reclaimed water customers. CONSULTANT shall identify a means to provide a total of six compliance points for the build-out condition. Separate compliance points would be established for each of Chlorine Contact Basins Nos. 1, 2, 3, 4, 5 and 6. Electrical Power Systems (Class 1 Electrical Reliability Upgrades to existing Electrical FPL Service No: 1) These reliability upgrades are proposed so that Electrical FPL Service No. 1 is upgraded to the same level of reliability as the existing FPL Electrical Service No. 2. While the existing Service No. 1 has tie-breakers and other features that meet the general intent of Class 1 Reliability, these upgrades are required to meet Collier County standards based on USEPA Class 1 electrical reliability, to match the reliability of Electrical Service No. 2 and electrical reliability in place at other County water and wastewater facilities. This increased reliability will help ensure full sustainability and operation of treatment processes to maintain full FDEP compliance and IQ production capabilities. The potential scope of these design services include, but are not limited to upgrading tie breakers, wiring, conduits, ductbanks, transformers, switchgear, disconnects, parallel transfer system, and generators. Electrical engineering services include, and may not be limited under this Work Order as follows: 1. New systems will be designed to meet USEPA Class 1 Electrical Reliability standards. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 8 Packet Page-1895- 10/8/2013 16.C.1. 2. An upgrade of the Electrical Service No. 1 and its associated power distribution - system to meet USEPA Class 1 Electrical Reliability standards. 3. Components that may or may not require upgrades, but will require electrical design engineering are: the existing Switchgear, Transfer system, Generators, Paralleling standby power system, transformers, wiring, ductbanks, and other affected components. Control and Information Systems Instrumentation and controls services include, and may not be limited to: 1. Automation and integration of new facilities required to tie into the existing SCADA system. 2. Upgrading the existing SCADA communication system from Data Highway to Ethernet. Reliability Criteria On past expansions of the NCWRF, designs have been based on providing Class 1 Reliability Requirements set by the Florida Department of Environmental Protection (1989). As the NCWRF has become, in practice, an Irrigation Quality (IQ) Production Facility, the COUNTY has determined that the minimum USEPA Class 1 Reliability standards may not be adequate to provide the level of service expected by the COUNTY's reclaimed water customers. During the Preliminary Design phase of this project, the CONSULTANT will provide a matrix of reliability criteria from the following sources in order to help the COUNTY establish new reliability criteria for the entire expanded facility: 1. FDEP Class 1 Reliability Requirements: USEPA Design Criteria for Mechanical, Electric, and Fluid System and Component Reliability 2. Ten States Standards 3. Water Environment Federation Manual of Practice No. 8 4. Applicable reliability standards for drinking water treatment plants The new reliability criteria will be applied to all new facilities to identify that the overall upgraded facility provides for a "reliable" total capacity of 24.1 MGD MMADF. Design Report Prepare Technical Memoranda: CONSULTANT is to prepare a series of draft technical memoranda presenting evaluations of existing systems and alternatives. Each memorandum will discuss advantages and disadvantages of proposed alternatives, along with recommended improvements. Evaluations will consist of capital cost, present worth, operation and maintenance costs and functional analyses, as applicable. Draft technical memoranda will be prepared for each of the following topics: 1. Civil/Site Work/Paving, Grading and Drainage, &Yard Piping 2. Hydraulic Profile #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 9 Packet Page -1896- 10/8/2013 16.C.1. 3. Reclaimed Water Pumping/Transmission (and Reject Water Handling) 4. Electrical Systems 5. Control and Information Systems 6. Probable Opinion of Construction and Operation and Maintenance Cost 7. Construction Sequencing and Probable Construction Schedule In-House QA/QC Reviews Each draft technical memorandum will receive a CONSULTANT in-house QA/QC review prior to submittal to COUNTY. These reviews will consist of comments from senior level staff members and identify document compliance with applicable codes and standards. Review with Owner Each draft technical memorandum will be distributed to COUNTY (eight copies) in hard copy, MSWord format and PDF format, approximately two weeks prior to the scheduling of a review meeting. This review meeting will serve as a forum for receiving and reviewing COUNTY input. It is anticipated that each draft technical memorandum will require one review meeting/workshop. Finalize Technical Memoranda Based on comments received from COUNTY, CONSULTANT will finalize each technical memorandum. Eight copies in hard copy, MSWord format and PDF format of each will be forwarded to OWNER for final acceptance. Prepare Draft Design Report CONSULTANT will prepare a draft design report containing a compilation of COUNTY accepted technical memoranda, along with additional information including, but not limited to, soil borings, subsurface explorations, and any other similar investigations necessary for establishing a baseline from which to proceed with the final design of the project. The draft design report will also include schematic layouts, sketches and design criteria with appropriate exhibits to clearly indicate the considerations involved, including applicable requirements of all governmental agencies having jurisdiction on the project, and setting forth CONSULTANT's recommendations for proceeding with the preliminary design of the project. Said report to include CONSULTANT's professional evaluation of COUNTY's project budget for this project based on the 30% level cost estimate. Eight (8) copies in hard copy, MSWord format and PDF format of the draft design report will be submitted to COUNTY. Review with Owner Approximately two weeks after delivery of the draft design report to COUNTY, CONSULTANT will schedule up to two meetings with COUNTY to review and incorporate comments. Prepare Final Design Report • Based on results of the review meeting(s) with COUNTY, CONSULTANT will prepare a final design report. Eight (8) copies in hard copy, MSWord format and PDF format of the final design report will be submitted to COUNTY. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 10 Packet Page-1897- 10/8/2013 16.C.1. Review and Final Acceptance By Owner CONSULTANT will meet once with COUNTY to establish agreement and acceptance of the recommendations made in the final design report. The accepted report will then serve as the basis of design, upon which the preliminary design documents will be based. An electronic copy will then be submitted to the COUNTY. Project Management CONSULTANT will provide all necessary work effort to perform management and administration of its project tasks throughout the duration of the project. Preliminary Designs Prepare 60% Documents Upon receiving final acceptance of the Design Report from COUNTY, CONSULTANT will commence with the preparation of preliminary design contract documents (drawings and technical specifications) for the NCWRF project. Documents will be prepared for the following proposed improvements and disciplines: 1. Civil/Site Work/Paving, Grading and Drainage 2. Yard Piping 3. IQ Pumping/Transmission (and Reject Water Handling) 4. Structural Design, if any 5. Architectural Design, if any 6. Electrical Design 7. Control and Instrumentation System Design 8. Plumbing Design Improvements to be designed per the recommended criteria as presented in the final design report developed under Phase A.1. Cost Estimate (60% Completion Level) CONSULTANT will prepare cost estimates intended to provide COUNTY with an up to date progress estimate of projected probable construction costs. Eight (8) hard copies, MSWord format and PDF format electronic copy of the estimates will be prepared and forwarded to COUNTY at the 60 percent design completion stage. Project Peer Review CONSULTANT will conduct a 60 percent completion stage project peer review to provide QA/QC of the contract documents and cost estimate prior to submittal to COUNTY. The review will be conducted by senior level personnel (internal Technical Review Committee) not involved in the day-to-day activities of the project to ensure a "fresh eyes" review. Reviews with Owner #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 11 Packet Page-1898- 10/8/2013 16.C.1. CONSULTANT will schedule review meetings/workshops with COUNTY to receive input at the 60 percent design completion stage of each bid package. CONSULTANT, based on comments received from COUNTY, will make subsequent revisions to the documents. This task does not include out of scope changes outside of the recommended expansion criteria developed in the final design report. Final Design Preparation of Proposed Final Documents Based on input received from COUNTY at review meetings during the preliminary design phase (Task A.2) and associated design reviews CONSULTANT will prepare the proposed final (90%) contract documents. Project Peer Review CONSULTANT will conduct a 90 percent completion stage project peer review to provide QA/QC of the final contract documents and cost estimate prior to submittal to COUNTY. The review will include final interdisciplinary checks, general coordination, manprint, and constructability issues, and will be conducted by senior level personnel (internal Technical Review Committee) not involved in the day-to-day activities of the project to ensure a "fresh eyes" review. Delivery of Proposed Final Documents CONSULTANT will furnish COUNTY with eight (8) hard copies and an MSWord format and PDF format electronic copy of proposed final contract documents and the 90% completion level detailed opinion of probable construction cost. Review and Revisions to the Proposed Final Contract Documents Approximately two (2) weeks after delivery of the proposed final contract documents to COUNTY, CONSULTANT will schedule a review meeting with COUNTY, so that any changes that may be necessary to meet the project's budgetary requirements can be incorporated. These reviews do not include scope changes to the recommended expansion criteria developed in the design report, but only reductions to the overall work effort as necessary to meet the project construction budget. Acceptance of Final Contract Documents One master set of originals and an MSWord format and PDF format electronic copy of the final (100% complete) contract documents, revised per items addressed under Phase A.3.4, will be forwarded to COUNTY for final acceptance prior to bid. The COUNTY will reproduce all necessary copies of contract documents required during the bidding process. Construction Contract Administration #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 12 Packet Page -1899- 10/8/2013 16.C.1. Pre-construction Conference and Progress Meetings Consult with COUNTY and Contractors as reasonably required and necessary with regard to construction of the Project. Consultation will include attendance at the pre-construction conference and monthly coordination meetings with COUNTY, the Resident Project Representative and the Contractor. Contract Interpretation and Clarifications Issue interpretations and clarifications of Contract Documents during construction, and evaluate requests for substitutions or deviations from the Contract Documents. Notify COUNTY of any such requested deviations or substitutions and when reasonably necessary, provide COUNTY with a recommendation concerning same. Shop Drawings Review shop drawings, diagrams, illustrations, catalog data, schedules and samples, the results of laboratory tests and inspections, and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents. Record Drawings Prepare and submit to COUNTY upon completion of construction of Project, five (5) sets of signed and sealed record drawings, one (1) set of reproducible record drawing mylars and MSWord format and PDF format copies of the work constructed and electronically on AutoCAD disks (current COUNTY version), including those changes made during the construction process, using information supplied by the Contractors and other data which can reasonably be verified by CONSULTANT's personnel. Construction engineering and inspection (CEI) services will be provided to the COUNTY by others under a separate Work Order. It is assumed that the CEI firm will update contract documents on a monthly basis and provide electronic and hard copies of contract document updates to the CONSULTANT throughout the construction period. It is further assumed that the CEI firm will provide a complete, signed and sealed set of as-built contract documents to the CONSULTANT for use in preparing reproducible and electronic record drawings. Construction Engineering and Inspection Services The CONSULTANT is expected to provide an experienced, competent inspector(s) for the types of work in this project. The following activities outline construction engineering and inspection services to be provided during the construction and project close-out phase of the project: 1. Schedule and attend all progress meetings and conferences with the County and contractors. Prepare agenda and distribute meeting minutes. Coordinate all subsequent meetings, prepare agenda and distribute meeting minutes. Prepare a list of issues needing resolutions after every meeting and ensure that they are fulfilled. 2. Coordinate all construction field activities with the operational staff at the NCWRF with adequate notice and coordination so as not to interfere with operations of the facility and the ability to provide wastewater and irrigation quality water services to our customers. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 13 Packet Page-1900- 10/8/2013 16.C.1 . 3. Review and evaluation the proposed construction schedule and the schedule of values used for progress payment purposes. Provide input and recommendations to the Public Utilities project manager and operations staff. 4. Coordinate all issues with the Owner, engineer of record, and contractor. 5. Provide timely review, recommendations and approval of shop drawings, submittal information and 0 & M Manuals. 6. Respond to Requests for Information from the contractor within three working days. Coordinate requests with Public Utilities project manager and operational staff at NCWRF. 7. Provide construction contract administration consisting of: a. Review of payment applications, b. Review of construction schedule updates and field progress, c. Review of change order requests and preparation of change orders, and d. Assistance in administration of additional work under the Contract Allowance Bid item. e. Review record drawings for completeness and accuracy on a daily basis. 8. Provide operational coordination to assist the County to maintain continuous compliance with DEP requirements and to maintain production of irrigation quality (IQ) water. 9. Conduct daily fulltime site observation of construction and provide daily reports with photographs to the County via electronic E-mails. 10. Provide fulltime professional(s) experienced wastewater inspector to inspect the field progress and respond to questions. 11. Attend all project meetings in order to monitor progress, respond to field issues, communicate with the contractor, and coordinate communications with the contractor and Public Utilities project manager and operational staff at NCWRF. 12. Coordinate with Owner and engineer of record during the transition period upon commencement of responsibilities for oversight of these CEI services. Additional Services Construction Bid Services 1. CONSULTANT may assist COUNTY in developing criteria and documentation associated with the prequalification of acceptable construction contractors prior to issuing the contract documents for bidding. 2. CONSULTANT may assist COUNTY in securing bid and: 3. Provide interpretation and clarification of Contract Documents during bidding; 4. Attend pre-bid meeting with prospective bidders; 5. Attend the bid opening, assist COUNTY in the preparation of the bid tabulation sheets and assist COUNTY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services; 6. Assist COUNTY in evaluation bidder's previous experience, if necessary; 7. Prepare and issue addenda as appropriate to interpret or clarify contract documents. 8. Provide COUNTY with a recommendation as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the bidders for those portions of the work as to which such acceptability is required by the Contract Documents. 9. Provide COUNTY with recommendation concerning the acceptability of substitute materials and equipment proposed by bidder (s)when substitution prior to the award of contracts is allowed by the Contract Documents; and, 10. Provide COUNTY with a recommendation to make a contract award, as necessary. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 14 Packet Page-1901- 10/8/2013 16.C.1. 11. In the case that construction bids exceed the final CONSULTANT'S estimate of probable construction cost by more than fifteen (15) percent, CONSULTANT will, at its expense, analyze the cause or causes of the overrun and provide suggestions to correct the same. Operations Manual Update Update the existing NCWRF Operations Manual as follows 1. Each section of the Operations Manual will contain single-colored process schematics and diagrams for Operator reference. Isometric diagrams may also be utilized when necessary to provide better understanding of the process. 2. Eight (8) draft hard copies, MSWord format and PDF format copies of the Operation Manual will be submitted to COUNTY for their review and comment. 3. Based upon review comments received, the Operations Manual will be updated. 4. Eight (8) hard copies, MSWord format and PDF copies of the final operations manual will be provided to COUNTY. The COUNTY has standardized on the ANTERO computerized maintenance management system (CMMS) for the scheduling of preventative and corrective maintenance tasks. The COUNTY will provide the CONSULTANT with an electronic copy (in Microsoft Excel format) of the maintenance database table. The CONSULTANT will populate this template table with maintenance schedule and maintenance procedure data supplied in the detailed operation and maintenance manuals of all equipment furnished under this project. The CONSULTANT will provide the COUNTY with an electronic copy of the populated maintenance data table. The COUNTY will update the ANTERO Task Manager software with the populated maintenance data table. Operator Training CONSULTANT will provide meetings with the facilities operational staff to review operational data, observe trends, and correlate system performance observations with collected operational data. This task will focus on optimizing system performance, and reduce operational costs. Training shall be furnished through verbal communications and through workshops held on site. Four workshops are assumed. The facility is a 24 hour, 7 day per week operations facility. The CONSULTANT will have to coordinate so that a majority of the shift worker can attend. Coordination with the Plant Manager is required. Process Startup Assistance Provide one personnel experienced in plant startups to oversee the startup activities of the new facilities on an as-needed basis. The responsibilities of the startup personnel may include: 1. Review of Contractor's cleaning, testing, and startup procedures. 2. Review and approval of Contractor's component and system tests. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 15 Packet Page-1902- 10/8/2013 16.C.1. 3. Review designed system for operability and maintenance. 4. Coordinate initial operations with COUNTY and the Resident Project Representative. 5. Recommend to the COUNTY the acceptance of equipment and/or systems. 6. Recommend and establish operating procedures for all systems and process. 7. Review, observe and accept startup procedures to verify that proposed protocol is in conformance with the intent of the Contract Documents. 8. Assist COUNTY in data collection and trending during and following startup for process control and completion of monthly operating reports. Permitting Services CONSULTANT will prepare and submit construction permit applications pertaining to the NCWRF project. The scope of this project includes the following: 1. Florida Department of Environmental Protection (FDEP) Environmental Resource Permit and the FDEP Permit to Construct. 2. Collier County Growth Management Division Site Development Plan (SDP) or Amendment, whichever is applicable. 3. Initial application for South Florida Water Management District (SFWMD) dewatering permits required for construction. It is understood that Contractor will assume responsibility for transferring permit application to its name upon construction contract award. 4. Initial application for Collier County Growth Management building permits, if required. It is understood that Contractor will assume responsibility for transferring permit application to its name upon construction contract award. 5. CONSULTANT will meet with the jurisdictional agencies noted in Phase to achieve issuance of necessary construction permits. It is assumed that the COUNTY will pay all County permit fees by interdepartmental transfer; and COUNTY will pay all other fees through a separate line item on this task order. If additional permits are required, CONSULTANT shall notify COUNTY to establish schedule for additional fees, as necessary. Surveying Site surveying by a qualified Florida-licensed surveyor of the treatment facility area will be performed to establish baseline conditions for the Design Report and serve as control of hydraulic points and miscellaneous items during construction. Laboratory Testing and Geotechnical Services Laboratory testing and geotechnical work associated with the characterization of soils for structural design and laboratory testing of materials during construction. Operations Support #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 16 Packet Page -1903- 10/8/2013 16.C.1. CONSULTANT is expected to provide technical support to COUNTY, continuous training on operational protocols, contingency planning, flow management and seasonal readiness during the design, construction and warranty phase, through all seasons (high season and IQ high demand season). Term of Contract The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final pay application is intended to be for two (2) years with one (1) two (2) year renewal option. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice Date Last Date for Receipt of Written Questions Date, Time Non-Mandatory pre-solicitation meeting Date, Time, Naples Local Time and Locations Addendum Issued Resulting from Written Questions or Pre- Date Proposal Conference Solicitation Deadline Date and Time Date, Time, Anticipated Evaluation of Submittals Date Range Consultant Presentations if Required Date Range Anticipated Completion of Contract Negotiations Date Range Anticipated Board of County Commissioner's Contract Date Range Approval Date Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 17 Packet Page -1904- 10/8/2013 16.C.1 . Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter/ Management Summary In this tab, include: • Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Provide the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. • Provide evidence of the firm having at least ten (10) years of experience in this type of work. • Provide a listing of all subcontracting firms that may contribute to the project scope of work. Site Inspection: If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers shall visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non-responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 2. Tab II, Professional Experience and Background (30 Points) #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 18 Packet Page -1905- 10/8/2013 16.C.1. Provide the following information in the format listed below in order to be considered responsive and to provide comparative scoring. Vendors who do not provide information in the format described below may receive the lowest number of points allowable in this criteria. 1. Provide the number of years your firm has been in business. 2. Provide the number of years of experience the firm has been involved in the design and construction of wastewater facilities in Florida. 3. Provide the number of wastewater facilities the firm has designed between 1/1/2003 - 12/31/12. 4. Provide the number of wastewater facilities in public/government settings that the firm has designed, and opened between 1/1/2003 - 12/31/12. • Attach a listing of those projects. 5. Provide the number of professional engineering (licensed) team members likely to be assigned to this project. • Provide a one (1) page vitae/resume on each professional team member. 6. Provide the total number of years of experience for each professional engineering (licensed) team members identified in item#5. • Provide a copy of each professional's license. TOTAL (Add lines 1 -6 and enter total) (Add lines 1 —6) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each agency's information provided in this area: • The County shall total each of the agency's responses and create a ranking from highest number to lowest number (TOTAL). Responses marked with an N/A or not completed (or some similar notation will be given the score of zero (0)). Agencies who do not turn in information as requested will be given the lowest number of criteria points (0). • The greatest number of criteria points allowed in this criterion will be awarded to the agency who has the highest TOTAL. • The next highest agency's TOTAL will be divided by the highest agency's TOTAL which will then be multiplied by criteria points to determine the agency's criteria points awarded. Each subsequent agency's criteria point score will be calculated in the same manner. • Points awarded will be extended to a whole number (per Microsoft Excel). The points awarded by agency will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the agency's proposal to ensure consistency and completion of all tasks in the RFP, and review the #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 19 Packet Page-1906- 10/8/2013 16.C.1. Points Awarded per agency. The Selection Committee may, at their sole discretion modify the criteria points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee 3. Tab Ill, Project Understanding and Approach (30 Points) Provide the following information in the format listed below in order to be considered responsive and to provide comparative scoring. Vendors who do not provide information in the format described below may receive the lowest number of points allowable in this criteria 2. 3. 4. 5. • Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each agency's information provided in this area: • The County shall total each of the agency's responses and create a ranking from lowest number to highest number(TOTAL). Agencies who do not respond or items marked with an N/A, or, who do not turn in information as requested will be given the lowest number of criteria points (0). • The greatest number of criteria points allowed in this criterion will be awarded to the agency who has the lowest TOTAL. • The lowest agency's TOTAL will be divided by the next lowest agency's TOTAL which will then be multiplied by criteria points to determine the agency's criteria points awarded. Each subsequent agency's criteria point score will be calculated in the same manner. • Points awarded will be extended to the whole number(per Microsoft Excel). The points awarded by agency will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the agency's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per agency. The Selection Committee may, at their sole discretion modify the criteria points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 4. Tab IV, Location, Availability and Responsiveness (10 Points) #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 20 Packet Page-1907- 10/8/2013 16.0.1 . Firms will be awarded points for demonstrated experience and understanding of the Southwest Florida construction guidelines, land development codes and contractor's license issues; environmental conditions relating to the disciplines requested in this scope of work; demonstrated responsiveness to meetings, telephone calls, emails and emergencies; and sensitivity to reducing travel expenses. Select one of the three items below: 1. Firm has an office located in Collier or Lee County. (If selected, the firm will receive ten (10) points. • Provide full address. 2. Firm has an office located in a County contiguous to Collier or Lee County. (If selected, the firm will receive five (5) points. • Identify County and provide full address. 3. Firm does not have an office located in item #1 or #2 above. (If selected, the firm will receive one (1) point. • Provide full address. 5. Tab V, References (25 Points) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to a whole number (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 21 Packet Page-1908- 10/8/2013 16.C.1. Consultant Total Consultant Name Points Awarded Reference Score Consultant ABC 445 20 Consultant DEF 435 19.6 Consultant GHI 425 19.1 Consultant JKL 385 17.3 Consultant MNO 385 17.3 Consultant PQR 250 11.2 The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 8. Tab VIII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Other: licenses #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 22 Packet Page-1909- 10/8/2013 16.C.1 . Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before Time AM / PM, Naples local time, on or before Date to: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 23 Packet Page -1910- 10/8/2013 16.C.1. Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Purchasing/General Services Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants must submit one (1) paper copy clearly labeled "Master," and six (6) compact disks (CD's) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2006-268 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Purchasing Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 24 Packet Page-1911- 10/8/2013 16.C.1 . 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Atow #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 25 Packet Page -1912- 10/8/2013 16.C.1. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Professional Experience and Background 30 Tab Ill, Fiscal and Managerial Strength 30 Tab IV, Location, Availability and Responsiveness 10 Tab V, References 20 Tab VII, Required Form Submittals 10 TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 26 Packet Page-1913- 10/8/2013 16.C.1. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer regulations. Risk of loss of any goods This offer is subject to cancellation by the sold hereunder shall transfer to the COUNTY without notice if not accepted by COUNTY at the time and place of VENDOR within fourteen (14) days of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the COUNTY nonetheless remain with 2. Acceptance and Confirmation VENDOR. This Purchase Order (including all b) No charges will be paid by the COUNTY documents attached to or referenced for packing, crating or cartage unless therein) constitutes the entire agreement otherwise specifically stated in this between the parties, unless otherwise Purchase Order. Unless otherwise specifically noted by the COUNTY on the provided in Purchase Order, no invoices face of this Purchase Order. Each delivery shall be issued nor payments made of goods and/or services received by the prior to delivery. Unless freight and COUNTY from VENDOR shall be deemed to other charges are itemized, any be upon the terms and conditions contained discount will be taken on the full amount in this Purchase Order. of invoice. c) All shipments of goods scheduled on the No additional terms may be added and same day via the same route must be Purchase Order may not be changed except consolidated. Each shipping container by written instrument executed by the must be consecutively numbered and COUNTY. VENDOR is deemed to be on marked to show this Purchase Order notice that the COUNTY objects to any number. The container and Purchase additional or different terms and conditions Order numbers must be indicated on bill contained in any acknowledgment, invoice of lading. Packing slips must show or other communication from VENDOR, Purchase Order number and must be 00°4 notwithstanding the COUNTY'S acceptance included on each package of less than or payment for any delivery of goods and/or container load (LCL) shipments and/or services, or any similar act by VENDOR. with each car load of equipment. The COUNTY reserves the right to refuse or 3. Inspection return any shipment or equipment at All goods and/or services delivered VENDOR'S expense that is not marked hereunder shall be received subject to the with Purchase Order numbers. COUNTY'S inspection and approval and VENDOR agrees to declare to the payment therefore shall not constitute carrier the value of any shipment made acceptance. All payments are subject to under this Purchase Order and the full adjustment for shortage or rejection. All invoice value of such shipment. defective or nonconforming goods will be d) All invoices must contain the Purchase returned pursuant to VENDOR'S instruction Order number and any other specific at VENDOR'S expense. information as identified on the Purchase Order. Discounts of prompt To the extent that a purchase order requires payment will be computed from the date a series of performances by VENDOR, the of receipt of goods or from date of COUNTY prospectively reserves the right to receipt of invoices, whichever is later. cancel the entire remainder of the Purchase Payment will be made upon receipt of a Order if goods and/or services provided proper invoice and in compliance with early in the term of the Purchase Order are Chapter 218, Fla. Stats., otherwise non-conforming or otherwise rejected by the known as the "Local Government COUNTY. Prompt Payment Act," and, pursuant to 4. Shipping and Invoices the Board of County Commissioners a) All goods are FOB destination and must Purchasing Policy. be suitably packed and prepared to secure the lowest transportation rates 5. Time Is Of the Essence and to comply with all carrier #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 27 Packet Page-1914- 10/8/2013 16.0.1 . Time for delivery of goods or performance of the Occupational Health and Safety Act, the services under this Purchase Order is of the Federal Transportation Act and the Fair essence. Failure of VENDOR to meet Labor Standards Act, as well as any law or delivery schedules or deliver within a regulation noted on the face of the Purchase reasonable time, as interpreted by the Order. COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available 9. Advertising to it at law or in equity. VENDOR agrees to No VENDOR providing goods and services reimburse the COUNTY for any expenses to the COUNTY shall advertise the fact that incurred in enforcing its rights. VENDOR it has contracted with the COUNTY for further agrees that undiscovered delivery of goods and/or services, or appropriate or nonconforming goods and/or services is not make use of the COUNTY'S name or other a waiver of the COUNTY'S right to insist identifying marks or property without the upon further compliance with all prior written consent of the COUNTY'S specifications. Purchasing Department. 6. Changes 10. Indemnification The COUNTY may at any time and by VENDOR shall indemnify and hold harmless written notice make changes to drawings the COUNTY from any and all claims, and specifications, shipping instructions, including claims of negligence, costs and quantities and delivery schedules within the expenses, including but not limited to general scope of this Purchase Order. attorneys' fees, arising from, caused by or Should any such change increase or related to the injury or death of any person decrease the cost of, or the time required for (including but not limited to employees and performance of the Purchase Order, an agents of VENDOR in the performance of equitable adjustment in the price and/or their duties or otherwise), or damage to delivery schedule will be negotiated by the property (including property of the COUNTY COUNTY and VENDOR. Notwithstanding or other persons), which arise out of or are the foregoing, VENDOR has an affirmative incident to the goods and/or services to be obligation to give notice if the changes will provided hereunder. decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) 11. Warranty of Non-Infringement days from the date the change is ordered or VENDOR represents and warrants that all within such additional period of time as may goods sold or services performed under this be agreed upon by the parties. Purchase Order are: a) in compliance with applicable laws; b) do not infringe any 7. Warranties patent, trademark, copyright or trade secret; VENDOR expressly warrants that the goods and c) do not constitute unfair competition. and/or services covered by this Purchase Order will conform to the specifications, VENDOR shall indemnify and hold harmless drawings, samples or other descriptions the COUNTY from and against any and all furnished or specified by the COUNTY, and claims, including claims of negligence, costs will be of satisfactory material and quality and expense, including but not limited to production, free from defects and sufficient attorneys' fees, which arise from any claim, for the purpose intended. Goods shall be suit or proceeding alleging that the delivered free from any security interest or COUNTY'S use of the goods and/or other lien, encumbrance or claim of any third services provided under this Purchase Order party. These warranties shall survive are inconsistent with VENDOR'S inspection, acceptance, passage of title and representations and warranties in section 11 payment by the COUNTY. (a). 8. Statutory Conformity If any claim which arises from VENDOR'S Goods and services provided pursuant to breach of section 11 (a) has occurred, or is this Purchase Order, and their production likely to occur, VENDOR may, at the and transportation shall conform to all COUNTY'S option, procure for the COUNTY applicable laws, including but not limited to the right to continue using the goods or #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 28 Packet Page -1915- 10/8/2013 16.C.1 . services, or replace or modify the goods or this Purchase Order, VENDOR shall services so that they become non-infringing, immediately give notice thereof, including all (without any material degradation in relevant information with respects to what performance, quality, functionality or steps VENDOR is taking to complete additional cost to the COUNTY). delivery of the goods and/or services to the COUNTY. 12. Insurance Requirements The VENDOR, at its sole expense, shall 15. Assignment provide commercial insurance of such type VENDOR may not assign this Purchase and with such terms and limits as may be Order, nor any money due or to become due reasonably associated with the Purchase without the prior written consent of the Order. Providing and maintaining adequate COUNTY. Any assignment made without insurance coverage is a material obligation such consent shall be deemed void. of the VENDOR. All insurance policies shall be executed through insurers authorized or 16. Taxes eligible to write policies in the State of Goods and services procured subject to this Florida. Purchase Order are exempt from Florida sales and use tax on real property, transient 13. Compliance with Laws rental property rented, tangible personal In fulfilling the terms of this Purchase Order, purchased or rented, or services purchased VENDOR agrees that it will comply with all (Florida Statutes, Chapter 212), and from federal, state, and local laws, rules, codes, federal excise tax. and ordinances that are applicable to the conduct of its business. By way of non- 17. Annual Appropriations exhaustive example, this shall include the The COUNTY'S performance and obligation American with Disabilities Act and all to pay under this Purchase Order shall be prohibitions against discrimination on the contingent upon an annual appropriation of basis of race, religion, sex creed, national funds. origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges 18. Termination and without exception or stipulation shall be This Purchase Order may be terminated at fully responsible for complying with the any time by the COUNTY upon 30 days provisions of the Immigration Reform and prior written notice to the VENDOR. This Control Act of 1986 as located at 8 U.S.C. Purchase Order may be terminated 1324, et seq. and regulations relating immediately by the COUNTY for breach by thereto, as either may be amended. Failure VENDOR of the terms and conditions of this by the awarded firm(s) to comply with the Purchase Order, provided that COUNTY has laws referenced herein shall constitute a provided VENDOR with notice of such breach of the award agreement and the breach and VENDOR has failed to cure County shall have the discretion to within 10 days of receipt of such notice. unilaterally terminate said agreement immediately. Any breach of this provision 19. General may be regarded by the COUNTY as a a) This Purchase Order shall be governed material and substantial breach of the by the laws of the State of Florida. The contract arising from this Purchase Order. venue for any action brought to specifically enforce any of the terms and 14. Force Majeure conditions of this Purchase Order shall Neither the COUNTY nor VENDOR shall be be the Twentieth Judicial Circuit in and responsible for any delay or failure in for Collier County, Florida performance resulting from any cause b) Failure of the COUNTY to act beyond their control, including, but without immediately in response to a breach of limitation to war, strikes, civil disturbances this Purchase Order by VENDOR shall and acts of nature. When VENDOR has not constitute a waiver of breach. knowledge of any actual or potential force Waiver of the COUNTY by any default majeure or other conditions which will delay by VENDOR hereunder shall not be or threatens to delay timely performance of #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 29 Packet Page-1916- 10/8/2013 16.C.1 . deemed a waiver of any subsequent Expenses for Public Officers, employees default by VENDOR. and authorized persons. c) All notices under this Purchase Order e) In the event of any conflict between or shall be sent to the respective among the terms of any Contract addresses on the face page by certified Documents related to this Purchase mail, return receipt requested, by Order, the terms of the Contract overnight courier service, or by personal Documents shall take precedence over delivery and will be deemed effective the terms of the Purchase Order. To the upon receipt. Postage, delivery and extent any terms and /or conditions of other charges shall be paid by the this Purchase Order duplicate or overlap sender. A party may change its address the Terms and Conditions of the for notice by written notice complying Contract Documents, the provisions of with the requirements of this section. the Terms and/or Conditions that are d) The Vendor agrees to reimbursement of most favorable to the County and/or any travel expenses that may be provide the greatest protection to the associated with this Purchase Order in County shall govern. accordance with Florida Statute Chapter 112.061, Per Diem and Travel #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 30 Packet Page-1917- Exhibit IV: Additional Terms and Conditions for RFP 10/8/2013 16.C.1 . 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Ask Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 31 Packet Page -1918- 10/8/2013 16.C.1 . Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 65% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 32 Packet Page-1919- 10/8/2013 16.C.1. • Description and quantities of the goods or services provided per instruction. ,,,, ., purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(cr�collierclerk.corn. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 33 Packet Page-1920- 10/8/2013 16.C.1 . 8. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 10. Survivability Bids (ITBs/RFPs): The Consultant/ContractorNendor agrees that any Purchase Order that extends beyond the expiration date of Solicitation #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Purchase Order. 11. Principals/Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 34 Packet Page -1921- 10/8/2013 16.C.1. 12. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 13.Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 14. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 17. Protest Procedures Any actual or prospective Consultant to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 35 Packet Page -1922- 10/8/2013 16.C.1. proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 18. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 19. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 20. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 21. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 36 Packet Page -1923- 10/8/2013 16.C.1. 22. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's/Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.aov/E-Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 37 Packet Page-1924- 10/8/2013 16.C.1 . Go er County Adninistratve Services Division Purchasing Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 38 Packet Page -1925- 10/8/2013 16.C.1. Co ler County Administrative Services Division Purchasing .; Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 39 Packet Page -1926- 10/8/2013 16.C.1 . Cooler Cminty Adninistrat ve Services Division Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this day of 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public My Commission Expires #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 40 Packet Page -1927- 10/8/2013 16.C.1 . er County Administrative Services Division Purchasing Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_ in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 41 Packet Page -1928- Additional Contact Information 10/8/2013 16.C.1. Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 42 Packet Page-1929- %%�� 10/8/2013 16.C.1 . Grayer County Adninistrative Services Dvision Purchasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants /Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv program may deem the Consultant/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/ Bidder's proposal. Amok Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 43 Packet Page-1930- 10/8/2013 16.C.1 . Colter county Admnistrative Services Division Purchasing Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 44 Packet Page-1931- 10/8/2013 16.C.1. Cofer County Administrative Services Division Purchasing Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $2,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to A negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $2,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 45 Packet Page -1932- 10/8/2013 16.C.1 . • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 46 Packet Page-1933- 10/8/2013 16.C.1 . Goer ■oH.nty Adrr nistrabve Services Division Purchasing Attachment 8: Reference Questionnaire Solicitation: #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By #13-6020 NCWRF Design Services for Electrical Reliability and Mechanical Operations Upgrades 47 Packet Page -1934-