Loading...
Agenda 09/25/2018 Item #16C409/25/2018 EXECUTIVE SUMMARY Recommendation to award Contract 17-7117 “South County Regional Water Treatment Plant Reactor Tank No. 4” (Project 70135), for professional engineering services for a new reactor tank at the South County Regional Water Treatment Plant, to Carollo Engineers, Inc., in the amount of $335,659, and authorize the Chairman to execute the attached contract and authorize the necessary budget amendment. OBJECTIVE: To obtain professional engineering design services for the South County Regional Water Treatment Plant (SCRWTP) Reactor Tank No. 4 Project. The resulting design will provide a new reactor tank and will result in a quality, best value project to serve water customers with full regulatory compliance reliability, and sustainability. CONSIDERATIONS: The proposed scope of work under Project No. 70135, “SCRWTP Reactor Tank No. 4”, is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015 (Agenda Item 9C), as Appendix III of the 2015 AUIR/CIE. Funding for project 70135 is available in, and is consistent with, the FY2018 CIP Budget. The SCRWTP consists of two treatment processes, lime softening and reverse osmosis. The initial phase was built in 1984, designed to produce 12 million gallons per day (MGD) of potable water utilizing a lime softening treatment process. This process receives raw water from the Tamiami Wellfield and utilizes three lime softening reactors, where lime and other chemicals are introduced into the raw water to reduce hardness and improve clarification prior to filtration. The result is a low-cost, high-quality product that is distributed to customers. The existing reinforced concrete Reactor Tank No. 1 has been in service for over 30 years, is showing fatigue cracks, and is leaking. Although repairs were previously implemented in Reactor Tank No. 1, the amount of surface cracks have increased over time. Reactor Tank No. 4 will provide additional capacity for operational flexibility and improved system reliability until the existing thirty-year-old Reactor Tank No. 1 is demolished under a separate project. The SCRWTP capacity rating will not be increased because of this project. On March 27, 2018 (Agenda Item 16C2), the Board of County Commissioners accepted the selection committee’s ranking and authorized staff to negotiate a contract with the top -ranked firm, Carollo Engineers, Inc. Consistent with the Competitive Consultant’s Negotiation Act (CCNA), Florida Statutes, § 287.055, staff negotiated a recommended agreement with Carollo Engineers, Inc., for a contract in the amount of $335,659 (attachment 1), for the design of the Reactor Tank 4 project. The scope of work for this contract includes design, permitting, analysis of construction cost, bidding services, construction administration services, and PLC Programming. The total fee equates to approximately 12.7 percent of the estimated construction cost, which is within the 12-13% industry standard for water, wastewater, and industrial waste treatment plants. FISCAL IMPACT: A budget amendment is required from Project 70196, Fund (412) in the amount of $170,000. The source of funding is the Water User Fee Fund (412). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. 16.C.4 Packet Pg. 1230 09/25/2018 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Contract No. 17-7117, “South County Regional Water Treatment Plant Reactor Tank No. 4” (Project 70135), to Carollo Engineers for professional engineering services in the amount of $335,659, authorize the Chairman to execute the attached contract, and authorize the necessary budget amendment. Prepared by: Alicia Abbott, E.I., Project Manager, Engineering & Project Management ATTACHMENT(S) 1. 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (PDF) 2. 17-7117 Carollo_InsuranceUpdated_09-13-18 (PDF) 3. [Linked] 18-7117 - Carollo Engineers Proposal (PDF) 16.C.4 Packet Pg. 1231 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 6511 Item Summary: Recommendation to award Contract 17-7117 “South County Regional Water Treatment Plant Reactor Tank No. 4” (Project 70135), for professional engineering services for a new reactor tank at the South County Regional Water Treatment Plant, to Carollo Engineers, Inc. in the amount of $335,659 and authorize the chairman to execute the attached contract and authorize the necessary budget amendment. Meeting Date: 09/25/2018 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Alicia Abbott 08/23/2018 1:58 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 08/23/2018 1:58 PM Approved By: Review: Procurement Services Sandra Herrera Additional Reviewer Completed 09/07/2018 10:45 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/23/2018 3:08 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/23/2018 3:11 PM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 08/23/2018 3:29 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 08/23/2018 5:03 PM Water Steve Messner Additional Reviewer Completed 08/24/2018 2:22 PM Water Sarah Hamilton Additional Reviewer Skipped 08/31/2018 2:04 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/07/2018 10:47 AM Procurement Services Adam Northrup Additional Reviewer Completed 09/07/2018 11:11 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/10/2018 9:43 AM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 09/10/2018 11:24 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/13/2018 5:06 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/14/2018 11:41 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/14/2018 11:56 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/14/2018 11:58 AM 16.C.4 Packet Pg. 1232 09/25/2018 Office of Management and Budget Susan Usher Additional Reviewer Completed 09/18/2018 10:30 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2018 11:40 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.C.4 Packet Pg. 1233 16.C.4.aPacket Pg. 1234Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1235Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1236Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1237Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1238Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1239Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1240Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1241Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1242Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1243Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1244Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1245Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1246Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1247Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1248Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1249Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.a Packet Pg. 1250 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1251Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1252Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1253Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1254Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1255Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1256Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1257Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1258Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1259Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1260Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1261Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1262Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1263Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1264Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1265Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1266Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1267Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1268Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.a Packet Pg. 1269 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1270Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 16.C.4.aPacket Pg. 1271Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/16/2018 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 43680840 3 3 Contract #17-7117 for SCRWTP Reactor Tank Number Four. Carollo project # not yet assigned. Collier County Board of County Commissioners is required by written contract. Waiver of subrogation included with respect to workers' compensation. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Projects as on file with the insured including but not limited to: For any and all work performed on behalf of Collier County, including included as additional insured with respect to general liability. All insurance is on a primary and non-contributory basis if and to the extent A $1,000,000605049031712/31/2017 12/31/2018 $1,000,000 3 $25,000 3 $1,000,000 3 Deductible $0 $2,000,000 $2,000,0003 A 6050490267 12/31/2017 12/31/2018 $1,000,000 3 3 3 Ded: Comp/Collision $1,000 B 6050490270 12/31/2017 12/31/2018 3 3 C 6050490298 12/31/2017 12/31/2018 $1,000,000N $1,000,000 $1,000,000 Deductible: $0 D Professional Liability AEH288354410 7/4/2018 7/4/2019 Each Claim:$1,000,000 Unlimited Prior Acts Aggregate:$1,000,000 Deductible:$400,000 Continental Insurance Company 35289 American Casualty Company of Reading, PA 20427 Valley Forge Insurance Company 20508 Continental Casualty Company 20443 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 1 of 8 16.C.4.a Packet Pg. 1272 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 9/13/2018 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 44167819 Contract #17-7117 for SCRWTP Reactor Tank Number Four. Carollo project # not yet assigned. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Projects as on file with the insured including but not limited to: For any and all work performed on behalf of Collier County, including $1,000,000Each Claim / Aggregate $1,000,000Each Claim / Aggregate A Technology Professional Liability 47EPP30272803 7/4/2018 7/4/2019 B Cyber Liability 1111546 9/15/2018 9/15/2019 Berkshire Hathaway Specialty Insurance Company 22276 Lloyd's Synd 510 Tokio Marine Kiln AIIN# AA1126510 44167819 | 18-19 Tech E&O-Cyber | Sherry Young | 9/13/2018 7:46:07 AM (PDT) | Page 1 of 1 16.C.4.a Packet Pg. 1273 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 Blanket Additional Insured - Owners, Lessees or Contractors - w ith Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 1 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products-completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance Carollo Engineers, Inc. 6050490317 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 2 of 8 16.C.4.a Packet Pg. 1274 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 Blanket Additional Insured - Owners, Lessees or Contractors - w ith Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 2 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Carollo Engineers, Inc. 6050490317 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 3 of 8 16.C.4.a Packet Pg. 1275 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. 6050490317 12/31/2017 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 4 of 8 16.C.4.a Packet Pg. 1276 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 6050490267 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 5 of 8 16.C.4.a Packet Pg. 1277 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 Carollo Engineers, Inc. 605049027012/31/2017 Valley Forge Insurance Company American Casualty Company of Reading, PA 6050490298 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 6 of 8 16.C.4.a Packet Pg. 1278 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 Carollo Engineers, Inc. 6050490270 12/31/2017 12/31/2017 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 7 of 8 16.C.4.a Packet Pg. 1279 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Policy Effective Endorsement Number NOTICE ENDORSEMENT – CANCELLATION OR NON-RENEWAL We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non-payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non-payment of premium. ___ Non-renewed by us until at least ___ days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative __James F. Willging_____________________ (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) Carollo Engineers, Inc. 7/4/2018AEH288354410 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 8 of 8 16.C.4.a Packet Pg. 1280 Attachment: 17-7117 Carollo_Contract_VendSigned with Updated Insurance 9-14 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/16/2018 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 43680840 3 3 Contract #17-7117 for SCRWTP Reactor Tank Number Four. Carollo project # not yet assigned. Collier County Board of County Commissioners is required by written contract. Waiver of subrogation included with respect to workers' compensation. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Projects as on file with the insured including but not limited to: For any and all work performed on behalf of Collier County, including included as additional insured with respect to general liability. All insurance is on a primary and non-contributory basis if and to the extent A $1,000,000605049031712/31/2017 12/31/2018 $1,000,000 3 $25,000 3 $1,000,000 3 Deductible $0 $2,000,000 $2,000,0003 A 6050490267 12/31/2017 12/31/2018 $1,000,000 3 3 3 Ded: Comp/Collision $1,000 B 6050490270 12/31/2017 12/31/2018 3 3 C 6050490298 12/31/2017 12/31/2018 $1,000,000N $1,000,000 $1,000,000 Deductible: $0 D Professional Liability AEH288354410 7/4/2018 7/4/2019 Each Claim:$1,000,000 Unlimited Prior Acts Aggregate:$1,000,000 Deductible:$400,000 Continental Insurance Company 35289 American Casualty Company of Reading, PA 20427 Valley Forge Insurance Company 20508 Continental Casualty Company 20443 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 1 of 8 16.C.4.b Packet Pg. 1281 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 9/13/2018 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 44167819 Contract #17-7117 for SCRWTP Reactor Tank Number Four. Carollo project # not yet assigned. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Projects as on file with the insured including but not limited to: For any and all work performed on behalf of Collier County, including $1,000,000Each Claim / Aggregate $1,000,000Each Claim / Aggregate A Technology Professional Liability 47EPP30272803 7/4/2018 7/4/2019 B Cyber Liability 1111546 9/15/2018 9/15/2019 Berkshire Hathaway Specialty Insurance Company 22276 Lloyd's Synd 510 Tokio Marine Kiln AIIN# AA1126510 44167819 | 18-19 Tech E&O-Cyber | Sherry Young | 9/13/2018 7:46:07 AM (PDT) | Page 1 of 1 16.C.4.b Packet Pg. 1282 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, Blanket Additional Insured - Owners, Lessees or Contractors - w ith Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 1 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products-completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance Carollo Engineers, Inc. 6050490317 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 2 of 8 16.C.4.b Packet Pg. 1283 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, Blanket Additional Insured - Owners, Lessees or Contractors - w ith Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 2 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Carollo Engineers, Inc. 6050490317 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 3 of 8 16.C.4.b Packet Pg. 1284 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. 6050490317 12/31/2017 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 4 of 8 16.C.4.b Packet Pg. 1285 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 6050490267 12/31/2017 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 5 of 8 16.C.4.b Packet Pg. 1286 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, Carollo Engineers, Inc. 605049027012/31/2017 Valley Forge Insurance Company American Casualty Company of Reading, PA 6050490298 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 6 of 8 16.C.4.b Packet Pg. 1287 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, Carollo Engineers, Inc. 6050490270 12/31/2017 12/31/2017 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 7 of 8 16.C.4.b Packet Pg. 1288 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Policy Effective Endorsement Number NOTICE ENDORSEMENT – CANCELLATION OR NON-RENEWAL We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non-payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non-payment of premium. ___ Non-renewed by us until at least ___ days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative __James F. Willging_____________________ (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) Carollo Engineers, Inc. 7/4/2018AEH288354410 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 43680840 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Leanne Hendricks | 8/16/2018 3:20:55 PM (PDT) | Page 8 of 8 16.C.4.b Packet Pg. 1289 Attachment: 17-7117 Carollo_InsuranceUpdated_09-13-18 (6511 : Award Contract 17-7117 SCRWTP Reactor Tank No. 4 to Carollo Engineers, 401 North Cattlemen Road, Suite 306, Sarasota, Florida 34232 P. 941.371.9832 F. 941.371.9873 300.50.CLL001 | Cover Letter.docx January 10, 2018 Ms. Evelyn Colon, Procurement Strategist Procurement Services Division Collier County 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 Subject: Professional Services for SCRWTP Reactor Tank Number Four, RPS NO. 17-7117 Dear Ms. Colon and Selection Committee: Reliable operation of the softening treatment train at the South Collier Regional Water Treatment Plant (SCRWTP) is critical to cost effective water production and delivery of stable water to consumers. Addition of a fourth lime softening reactor provides additional reliability and the opportunity to perform major maintenance on the existing reactors without reducing plant capacity. It's important for you to realize the best value with this project and have it delivered with minimal disruption to ongoing plant activities. To meet the challenges and optimize the return on your investment, the County requires a team with water treatment and lime softening expertise, knowledge of the SCRWTP facilities and operations, and a shared commitment to delivering the best possible project. As demonstrated by our past performance on SCRWTP and other Collier County projects and documented in our proposal, the Carollo team excels in all of these areas. Water Treatment and Lime Softening Experience. Our Project Manager, Lyle Munce, and Project Engineer, Chris Reinbold, share a passion for water quality and treatment and have a combined 45 years of experience in planning, designing, and supervising construction of water treatment facilities in South Florida. This experience in water treatment and experience with lime softening is shared by each of the dedicated Carollo Team members. Knowledge of SCRWTP Facilities and Operations. The Carollo team has worked extensively at the SCRWTP, including work developing comprehensive process flow diagrams, evaluations to support current and future operational and regulatory challenges, and implementation of I&C and programming improvements. Our familiarity with SCRWTP facilities, staff, and preferences promotes confidence in our ability to deliver best value solutions and support effective maintenance of operations during construction. National Expertise. Our core local project management and delivery team is supported by national experts and a great depth of talent and resources. With over 84 years of experience focusing on municipal water and wastewater projects, Carollo stands out in our ability to provide you with industry-leading expertise and experience gained from projects throughout Florida and the U.S. Ms. Evelyn Colon Collier County January 10, 2018 Page 2 carollo.com In summary, the residents of Collier County are counting on you to be successful in delivering this important project, and likewise, you can count on the Carollo Team to work with you to achieve this success. Sincerely, CAROLLO ENGINEERS, INC. Lyle Munce, P.E. Chris Reinbold, P.E. Bob Cushing, Ph.D., P.E., BCEE Project Manager Project Engineer Principal-in-Charge Ability of Professional Personnel V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\1-Ability of Prof Personnel.indd 1 Evaluation Criteria No. 1: Ability of Professional Personnel Carollo Engineers, Inc. is an environmental engineering firm specializing in the planning, design, and construction of water treatment facilities. Unlike our competitors, Carollo focuses exclusively on water engineering services. We recruit nationwide and hire technical staff who have extensive background and training specific to this field. For that reason, the quality and professional standing of our core group of water professionals lead the industry. However, the experience and commitment of the dedication of dedicated team members are the aspect most critical to providing value and promoting confidence in successful project delivery. The Carollo Team shown in the organizational chart below excels in all key areas: 1. Expertise in water treatment and lime softening and all relevant disciplines. 2. Experience with the SCRWTP facilities and operations. 3. Experience working together as a team. 4. Dedication to client service and start-to-finish project delivery as demonstrated by past projects and client references. Support Disciplines All team members are with Carollo unless otherwise noted. 1. Stantec * Licensed in a state other than Florida Project Engineer Chris Reinbold, P.E. Project Manager Lyle Munce, P.E. Technical Advisors Bob Cushing, Ph.D., P.E. Vincent Hart, P.E.* Operability David Hackworth1 Constructability Mike Morris, P.E.* Start-up/Commissioning Chris Reinbold, P.E. David Hackworth1 Site/Civil Steve Martin, P.E.1 Inspection Terry Dungan1 Process Mechanical Chris Reinbold, P.E. Structural Rich Warner, P.E. Electrical Joe Hanlon, P.E. Instrumentation & Control Joe Hanlon, P.E. Programming Arsalan Akram Surveying John Maloney, PSM1 Ability of Professional Personnel V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\1-Ability of Prof Personnel.indd 2 on each project. Since he began his career, Chris has had opportunities to work with many advanced technologies, which include NF/RO membranes as well as designing the world’s largest high-rate magnetic ion exchange system. As the Project Engineer, Chris will be responsible for working on the process mechanical and start-up/ commissioning of the reactor tank design. Bob Cushing, Ph.D., P.E. - Technical Advisor Bob, a senior vice president with Carollo, has 27 years of experience in applied environmental science and engineering, including 15 years serving Collier County. Throughout his career, Bob has coupled fundamental concepts with sound engineering practices to provide creative, innovative, and enduring solutions to challenges faced by water and wastewater utilities. He has been responsible for numerous successful treatment facility planning and design projects, as well as studies and programs for improving distribution system water quality. As a Technical Advisor for this project, Bob will work closely with the team with respect to the overall technical approach. He will review the calculations, reports, and other documents for quality control. Vincent Hart, P.E.* - Technical Advisor Vincent, a vice president with Carollo, has 20 years of experience in the planning, design, and expansion of water supply, water treatment, and water distribution facilities. He has been involved with multiple bench and pilot studies involving the design and expansion of water treatment facilities, including lime softening, and has written different publications and given presentations on the subject. Vincent's lime softening experience includes working for the following clients: • Florida clients, including City of Sunrise, Manatee County, Palm Beach County Water Utility District, and City of Boynton Beach. • Kansas clients, including cities of Olathe and Manhattan. Lyle and Chris are a proven team having successfully delivered numerous similar projects, including the City of Sunrise's Springtree WTP Lime Silo and Solids Contact Clarifiers and the Southwest WTP Upgrades and also the Palm Beach County Water Utilities Department's WTP 2 MIEX® project and WTP 8 Improvements. PROJECT TEAM MEMBERS Specific members of our team are identified by name and functional role in the organizational chart on the previous page. They are available and committed to Collier County to perform their proposed assignment through the completion of the project. Below we have provided mini-bios for a few key personnel. Lyle Munce, P.E. – Project Manager Lyle, a vice president with Carollo, has 30 years of environmental/ civil engineering experience, with an emphasis on municipal water systems. He has served as client manager, project manager, project engineer, quality control coordinator, technical reviewer, and construction manager for numerous multi-disciplinary water related projects. As the Project Manager, Lyle will be responsible for the overall management of the project team. He will make staff assignments; manage the project scope, budget, and schedule; facilitate decisions; establish meeting agendas; conduct project meetings; and coordinate with the County’s management and operations staff. In addition, Lyle will ensure that Carollo’s resources are made available to meet the project’s needs. Chris Reinbold, P.E. – Project Engineer/Process Mechanical/Start-up/ Commissioning Chris, an associate vice president with Carollo, has 15 years of experience that includes study, design, permitting, and construction administration services for treatment plants, pumping stations, pipelines, and chemical systems. His continual focus for clients is to seek additional value, savings, or other operational enhancements * Licensed in a state other than Florida Ability of Professional Personnel V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\1-Ability of Prof Personnel.indd 3 • Missouri clients, including the cities of Jefferson City, Mexico, and St. Louis. • Oklahoma clients, including the cities of Edmond and Norman. • City of Park Forest, IL. • City of Austin, TX. •City of Chino, CA. As a Technical Advisor for this project, Vincent will work closely with the team with respect to the overall technical approach. He will review the calculations, reports, and other documents for quality control. Stantec - Surveying; Operability; Start- up/Commissioning; Site/Civil; Inspection The Stantec community unites approximately 22,000 employees working in over 400 locations across six continents. Their work—engineering, architecture, interior design, landscape architecture, surveying, environmental sciences, project management, and project economics, from initial project concept and planning through design, construction, and commissioning — begins at the intersection of community, creativity, and client relationships. Stantec has been providing engineering, planning, and surveying solutions in Naples, Florida, since 1956. The legacy and historical knowledge of the community and its people is the backbone to all of their work. Stantec knows the historical context of the key issues and concerns associated with development, land planning, environmental resources, and utility infrastructure. As shown on the organization chart on page 1 of this section, Stantec will provide Surveying, Operability, Start-up/Commissioning, Site/Civil, and Inspection services for this Collier County proposal. TEAM MEMBER RESUMES Two-page resumes for all of our team members are included at the end of this section.Lime SofteningWater QualityWater TreatmentElectricalStructuralI&CProgrammingSurveyingOperabilityConstructabilityStart-upProject Team Member Lyle Munce, P.E.•••••• Chris Reinbold, P.E.•••••• Bob Cushing, Ph.D., P.E.•••••• Vincent Hart, P.E.*•••••• Rich Warner, P.E.•• Joe Hanlon, P.E.•••••• Arsalan Akram •• Mike Morris, P.E.*•• John Maloney, PSM • David Hackworth ••• Steven Martin, P.E.•• Terry Dungan •• The Carollo Team provides comprehensive experience in all aspects key to project success. * Licensed in a state other than Florida V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\MunceLyle.docx Education MS Sanitary Engineering, South Dakota State University, 1987 BS Civil Engineering, South Dakota State University, 1985 Licenses Professional Engineer, Florida Professional Affiliations Florida Engineering Society American Water Works Association Lyle D. Munce, P.E. Lyle Munce, a vice president with Carollo Engineers, has 30 years of environmental/civil engineering experience, with an emphasis on municipal water systems. He has served as client manager, project manager, project engineer, quality control coordinator, technical reviewer, and construction manager for numerous multi-disciplinary water related projects. Relevant Experience  Technical advisor for the Collier County, Florida, South County Regional Water Treatment Plant Water Quality Evaluation. Carollo evaluated different treatment technologies that would contribute to the reduction of disinfection by-product (DBP) levels; potentially allow use of free chlorine for maintenance and primary disinfection; reduce chloramine decay, biological regrowth, nitrification, and loss of residual in the distribution system; and provide means for transition or rehabilitation of aging lime softening infrastructure. All commercially available potable water TOC removal technologies were evaluated, and nanofiltration and anion exchange were determined to be the best available technologies.  Principal-in-charge for the City of Sunrise, Florida, Springtree Water Treatment Plant Improvements Project. Project elements include general renewal and replacement of the 24-mgd lime softening facility, design of a fluidized bed ion exchange treatment system, a 1.5-mgd RO treatment system and the repurposing of an existing ASR well to a Floridan production well. General site improvements included stormwater management system redesign as part of the overall project.  Project manager for the expansion of the Seacoast Utility Authority, Florida, Hood Road Lime softening WTP from 24-30 mgd. The expansion included developing a testing plan to demonstrate that the loading rate of the upflow clarifiers could be increased to 2.5 gallons per day per square foot. The plan was approved by the local regulatory agency and successfully completed, resulting in a capacity increase of 6 mgd.  Project manager for the expansion of the 6.0 million gallon per day (mgd) St. Lucie County Utility Services Department (SLCUSD), Florida, Lime Softening Water Treatment Plant (WTP) No. 2. Expansion included additional treatment facilities to increase the plant’s capacity in the areas of softening, filtration, transfer pumping, high service pumping, and chemical feed systems.  Project manager for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Water Treatment Plant (WTP) Magnetic Ion Exchange (MIEX®) Treatment System No. 2. Responsible for design of a 16.4-mgd MIEX® treatment system to achieve color reduction and dissolved organic carbon removal from the source water, as well as reduce disinfection byproducts (DBPs). The system will process raw water from PBCWUD’s System 2 WTP by flowing it through ion exchange contactors utilizing state of the art pumping systems where greater than 70% of the organic content of the water will be removed. The flow from this system subsequently flows through the remainder of the existing lime softening treatment plant and then to service area distribution. The MIEX® system replaces an obsolete ozone system and will save the County approximately $265,000/year in operating costs, compared to the ozone generation system. At the time of startup and commissioning (early 2011) this system will be the largest of its type in North America. General site improvements and stormwater management system redesign was incorporated into the overall design and construction efforts.  Project manager for the City of Sunrise, Florida, 18-mgd Sawgrass Water Treatment Plant Improvements Project. Project elements include an organics control treatment system with chemical oxidation, pre-filtration, and fixed-bed ion exchange; evaluating conversion of an existing nanofiltration treatment train to RO; and the Lyle D. Munce, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\MunceLyle.docx "We are quite satisfied with our experience working with Carollo Engineers, Inc., and have been thoroughly satisfied with the services we've received from Lyle Munce, P.E., Chris Reinbold, and the rest of their support team…" Timothy Welch, P.E. Utilities Director City of Sunrise, FL design of an independent RO treatment system.  Principal-in-charge/project manager for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Water Treatment Plant 8 – Ion Exchange Bench- Scale Bypass Study. Providing services to study the potential impacts to the ion exchange treatment system at System 8 WTP should some amount of un-softened water be blended with the influent to the ion exchange system.  Project manager for the Miami-Dade Water and Sewer Department, Florida, Design of the Hialeah and Preston (225- mgd) WTPs. Phase 1 of this project was to identify and recommended process modifications and improvements to the conventional softening water treatment plants on the existing site or remotely to address a reclassification of one of the water sources as Ground Water Under the Direct Influence of Surface Water. The final recommendation was to construct facilities, including a new on-site sodium hypochlorite generation facility, in the County’s northwest wellfield consisting of 165-mgd nanofiltration membranes, along with other treatment facilities and supporting infrastructure.  Principal-in-charge for the South Florida Water Management District, Florida, L-8 Reservoir Inflow Structure and Pump Station Conceptual Plan and Design. The L-8 Reservoir is part of an ongoing $64 M project to deliver a one-of-a-kind reservoir of 46,000 ac-ft capacity in Southeast Florida. This reservoir included a 450 cfs pumping station and a 3000 cfs inflow structure. Mr. Munce’s responsibilities included the overall project management and technical leadership for the appurtenant facilities.  Project manager for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Nitrification Plan. Prepared a plan to outline procedures for preventing, detecting, monitoring, and responding to nitrification episodes, with the overall goal of maintaining consistent target water quality throughout the County’s distribution system.  Partner-in-charge/project manager for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Florida Distribution System Security Enhancement Program – Phase 1 Study. This project is the first phase of a distribution system upgrade, which includes performing a TEVA-SPOT analysis to determine the best locations for sensor placement in the distribution system. The project also involves the latest software technologies available for distribution system security.  Project manager for a pilot study with the South Florida Water Management District, Florida, L-63N (Taylor Creek / Nubbin Slough) Aquifer Storage and Recovery system. Piloted UV, UV/TiO2, and pasteurization technologies for surface water disinfection treatment of total and fecal coliform in the Taylor Creek canal.  Project manager/project engineer for the South Florida Water Management District, Florida, surface water Compartment C Stormwater Treatment Area project. Providing engineering services during construction of a Compartment C Stormwater Treatment Area in an effort to clean up waters flowing to the Everglades. Construction includes new seepage canals, inflow canal, spreader and collector canals, grated inflow structures, and associated levees.  Project manager for the South Florida Water Management District, Florida, Water Desalination Concentrate Management and Piloting project, which was completed in December 2009. This water resource project effort included the review and evaluation of brackish water RO concentrate at up to 20 desalination WTPs located within the SFWMD service area. The feasibility portion of the project identified four potential treatment methods to recover additional water from RO concentrate. The method deemed most appropriate for SE Florida utilities was piloted at the North Miami Beach Norwood Water Treatment Facility. It was determined that he piloted method of recovery was a viable alternative for WTPs within the SFWMD service area. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\ReinboldChris.docx Education Master of Civil Engineering, North Carolina State University, 2008 BS Civil Engineering, University of North Carolina at Charlotte, 2003 Licenses Professional Engineer, Florida, North Carolina Professional Affiliations American Water Works Association Florida Engineering Society Chris T. Reinbold, P.E. Chris Reinbold, an associate vice president with Carollo Engineers, has 15 years of experience that includes study, design, permitting, and construction administration services for treatment plants, pumping stations, pipelines, and chemical systems. His continual focus for clients is to seek additional value, savings, or other operational enhancements on each project. Relevant Experience  Technical advisor for the Collier County, Florida, South County Regional Water Treatment Plant Water Quality Evaluation. Carollo evaluated different treatment technologies that would contribute to the reduction of disinfection by-product (DBP) levels; potentially allow use of free chlorine for maintenance and primary disinfection; reduce chloramine decay, biological regrowth, nitrification, and loss of residual in the distribution system; and provide means for transition or rehabilitation of aging lime softening infrastructure. All commercially available potable water TOC removal technologies were evaluated, and nanofiltration and anion exchange were determined to be the best available technologies.  Project manager for the City of Sunrise, Florida, Springtree WTP Phase II Improvements & Rehabilitation. This project includes renewal and upgrades to the existing (4) 6-mgd each solids contact clarifiers, additional of raw water aerators, replacement of the south lime silo, concrete structure rehabilitation for the filters and flume, demolition of the existing east filters and transfer pump, addition of a new transfer pump station rated for 12-mgd, addition of a water stabilization (CO2) system, extension of washwater return piping to connect to the two west softeners, and replacement of the existing rotary drum vacuum filter belts and appurtenances for lime sludge dewatering. This project was designed and is being constructed in two separate bid packages.  Project manager during study/design and construction manager during construction for the Palm Beach County Water Utilities Department, Florida, WTP No. 2 Filter Replacement project in West Palm Beach Florida. This project includes a new filter structure with dual media filters rated for an initial capacity of 16.4 mgd and designed to be high rated to an ultimate capacity of 25 mgd. The filter structure also includes a clearwell, transfer and backwash pumps, air scour blowers, electrical room, and chemical feed connections. The new filters replace existing steel vessel filters at each lime softening train that are to be demolished along with a 1.0-million gallon storage tank. Other items include site grading, drainage, paving, and yard piping to support the new facilities with demolition of the old.  Project manager for the Palm Beach County Water Utilities Department, Florida, System 8 Water Treatment Plant Train 3 Softener Bypass and Ion-Exchange Pilot Study. An ion-exchange pilot study was conducted to evaluate the potential to stabilize the softener effluent by bypassing a portion of raw water around the softener and into the influent stream of the 10-mgd ion-exchange system. Design was completed based upon the recommendations of the study, which included the addition of flow control valve, flow meter, and bypass pipeline.  Project engineer for the Miami-Dade Water and Sewer Department, Florida, Preston and Hialeah Water Treatment Plant Feasibility Study. Reviewed ozone, UV, membranes (microfiltration, ultrafiltration , or nanofiltration), and carbon adsorption as candidate technologies to upgrade the Preston and Hialeah Water Treatment Plants to meet the Surface Water Treatment Rule due to the pending reclassification of the well field supply to groundwater under direct influence of surface water. Responsibilities included process systems evaluation and field assessments. Performed a hydraulic assessment of both treatment facilities, encompassing a combined hydraulic capacity of 235 mgd. Assessment included the intermediate transfer pumping Chris T. Reinbold, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\ReinboldChris.docx "We are quite satisfied with our experience working with Carollo Engineers, Inc., and have been thoroughly satisfied with the services we've received from Lyle Munce, P.E., Chris Reinbold, and the rest of their support team…" Timothy Welch, P.E. Utilities Director City of Sunrise, FL facilities at both plants (which convey all of the water downstream of filtration to the top of air stripping towers for DBP and benzene removal). The raw water system hydraulics were evaluated from the source water to the treatment plant.  Quality management reviewer for a water quality evaluation of the City of Edmond, Oklahoma, Arcadia Water Treatment Plant. This 10-mgd softening treatment plant experiences water quality challenges with respect to disinfection by- products and uses granular activated carbon to reduce organic carbon. The preliminary design evaluation included water quality testing and plant evaluations to determine the effectiveness of coagulants and biological filtration on organic carbon removal.  Technical advisor for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Water Master Plan Update, Florida. Project included development of a new water master plan for PBCWUD to recommend capital improvements to meet the County’s 20-year water needs. Demand projections developed by PBCWUD were reviewed and confirmed, and updated peaking factors were developed based on historical production and SCADA data. Carollo assisted the County in updating its Infowater hydraulic model and developed and facilitated a calibration program. Based on modeling results and evaluation of PBCWUD treatment and storage facilities, a 20-year Capital Improvements Plan (CIP) was developed to sustain the County’s future water demands.  Design manager for the City of Sunrise, Florida, Sawgrass 3-mgd Reverse Osmosis Water Treatment Plant. This project included the preparation of a procurement bid package and the general construction bid package, including 3 mgd of reverse osmosis treatment at the existing 18-mgd Sawgrass Water Treatment Plant. Included in the reverse osmosis system design were cartridge filters, two-stage reverse osmosis treatment, degasification, air quality control scrubbers, clean-in-place system, and chemical systems. Also included in this project was the uprating of the existing nanofiltration treatment system from 18 to 24 mgd along with other renewal and improvement items.  Design manager for the City of Sunrise, Florida, Springtree Water Treatment Plant Sodium Hypochlorite Tank Replacement, Reverse Osmosis Water Treatment Plant, and Controls Building and High Service Pump “A.” The project was executed as three separate bid packages. The first was to replace four 15,000-gallon each sodium hypochlorite tanks on an accelerated schedule. The second was to prepare a procurement bid package and then general construction bid package including the design of 3 mgd of reverse osmosis treatment, with 1.5 mgd to be procured and installed in the first phase, at the existing 24- mgd Springtree Water Treatment Plant. The reverse osmosis design included conversion of an ASR well to a Floridan aquifer production well, sand strainers, cartridge filters, two-stage reverse osmosis treatment, degasification, air quality control scrubbers, clean-in-place system, and chemical systems. The third bid package included the addition of a new plant controls building, new 12-mgd high service pumping station, and miscellaneous renewal and improvements to the existing softeners.  Project engineer for the South Florida Water Management District, Florida, L-8 Reservoir Inflow Structure and Pump Station Conceptual Plan and Procurement of the Design-Build Contract and Construction Management Services. The L-8 Reservoir is part of an ongoing $64M project to deliver one-of-a-kind reservoir of 46,000 ac-ft capacity in Southeast Florida. The reservoir included a 450 cfs pumping station and a 2,000 cfs inflow structure.  Project manager for the City of Burlington, North Carolina, Ed Thomas Water Treatment Plant Clearwell Baffle and Structural Modifications. Project included design of a new clearwell baffle wall system, rehabilitation of the existing clearwell structure, addition of a caustic pump and dedicated feed system, modifications to the chemical feed system, and design of a new mixing system. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\CushingBob.docx Education PhD Civil Engineering, University of Texas, Austin, 1993 MS Civil Engineering, University of Texas, Austin, 1990 BS Petroleum Engineering, University of Texas, Austin, 1984 Licenses Professional Engineer, Florida, North Carolina, South Carolina, Virginia Professional Affiliations American Academy of Environmental Engineers, Board Certified Environmental Engineer American Water Works Association, (AWWA) Florida Section AWWA - Founding Chair Region 10 - Administrative Council Chair Founding Director International Ultraviolet Association Water Environment Federation Reviewer for: ASCE Journal of Environmental Engineering Environmental Science and Technology Journal of the American Waterworks Association Water Research Robert S. Cushing, P h.D, P.E., BCEE Bob Cushing, a senior vice president with Carollo Engineers, has 27 years of experience in applied environmental science and engineering. Throughout his career, he has coupled fundamental concepts with sound engineering practices to provide creative, innovative, and enduring solutions to challenges faced by water and wastewater utilities. Dr. Cushing has been responsible for numerous successful treatment facility planning and design projects, as well as studies and programs for improving distribution system water quality. Relevant Experience  Project manager for the Collier County, Florida, South County Regional Water Treatment Plant Water Quality Evaluation. Carollo evaluated different treatment technologies that would contribute to the reduction of disinfection by-product (DBP) levels; potentially allow use of free chlorine for maintenance and primary disinfection; reduce chloramine decay, biological regrowth, nitrification, and loss of residual in the distribution system; and provide means for transition or rehabilitation of aging lime softening infrastructure. All commercially available potable water TOC removal technologies were evaluated, and nanofiltration and anion exchange were determined to be the best available technologies.  Project director and quality assurance for the MSKP Town and County Utility, LLC, Fort Myers, Florida, Babcock Ranch Community Site. The 30-acre utility site houses the water treatment plant (WTP) and waste water treatment plant to accommodate future growth for the planned community. The WTP will increase the flow from 0.25 to 1.25 mgd. This new water system consists of a new reverse osmosis (RO) treatment plant, storage tank, high-service pump station, and distribution piping. RO concentrate is disposed to a reuse system and used for irrigation. This project is being delivered as a design/build in collaboration with Harn R/O.  Principal-in-charge for the City of Palm Coast, Florida, Nanofiltration Water Treatment Plant expansion from 2.5 to 9.6- mgd. Florida Water Services selected Carollo and Harn R/O Systems as the design build team to design, permit, and construct the expansion in a challenging schedule of only 13 months. Design build services included the re-design of existing nanofiltration equipment and chemical feed systems, the addition of four additional membrane trains, and two additional degasification towers. Re-design of the existing process saves the owner approximately $100,000 per year in Operations and Maintenance costs by taking advantage of new technology that was not available when the plant was originally constructed in 1992.  Technical advisor for the Miami-Dade Water and Sewer Department, Florida, Design of the Hialeah and Preston (225- mgd) WTPs. Phase 1 of this project was to identify and recommended process modifications and improvements to the conventional softening water treatment plants on the existing site or remotely to address a reclassification of one of the water sources as Ground Water Under the Direct Influence of Surface Water. The final recommendation was to construct facilities, including a new on-site sodium hypochlorite generation facility, in the County’s northwest wellfield consisting of 165-mgd nanofiltration membranes, along with other treatment facilities and supporting infrastructure.  Principal-in-charge for Tampa Bay Water, Florida, hydrogen sulfide treatment improvements at the Lithia Water Treatment Plant. Tampa Bay Water is tasked with developing, storing, and supplying water to Hillsborough, Pasco, and Pinellas counties and the cities of New Port Richey, St. Petersburg, and Tampa in a manner that reduces environmental effects of excessive or improper withdrawals. The South Central Hillsborough Regional Wellfield is owned by Tampa Bay Water, and groundwater from this facility is treated at the Hillsborough County Lithia Water Treatment Plant. The Robert S. Cushing, P h.D, P.E., BCEE V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\CushingBob.docx "As Water Treatment Manager for Colorado Springs Utilities (CSU), I have had the opportunity to work with Bob Cushing and Carollo Engineers on several different projects. Bob Cushing immediately impressed me in the following areas: • Exceptional technical expertise • Innovative solutions to traditional problems • His ability to listen to operations staff and involve them in decisions." Curtis Mitchell, P.E. Water Treatment Manager Colorado Springs Utilities, CO finished water from the Lithia WTP currently meets hydrogen sulfide removal requirements as specified in their Master Water Supply Contract. However, Tampa Bay Water will replace the current hydrogen sulfide removal facility with a new, more reliable process, and own and operate the new facility. This new hydrogen sulfide removal facility will rely on an ozonation process, and the delivery of this project will use an Engineer-Procure-Construction Management (EPCM) approach.  Principal-in-charge for the preliminary expansion design for the City of Venice Gardens, Florida, Water Treatment Facility. The preliminary engineering report was generated to obtain the construction permit prior to detailed design. The expansion of the facility includes upgrades and expansion of five existing membrane trains, including conversion from single stage to two stage arrays and the addition of interstage boost energy recovery devices for flux balancing and energy savings. New post treatment facilities include a new degasifier and chemical scrubber for hydrogen sulfide removal, a carbon dioxide solution feed system for pre-degasifier pH adjustment, and post treatment alkalinity recovery. The carbon dioxide system, in conjunction with a new scale inhibitor system, allows for acid free operation of the RO system.  Principal-in-charge for the Collier County, Florida, Northeast Regional Water Treatment Plant. This $70-million Greenfield 10-mgd brackish RO treatment plant (expandable to 40 mgd) includes a design that must respond to degrading water quality and more than 8 mg/L of hydrogen sulfide. Key features of the RO design include no-acid pretreatment, noise isolation of the RO feed pumping, accessibility to all instruments and valves, and pressure exchanges for energy recovery.  Principal-in-charge for the design/build delivery of the Florida Governmental Utility Authority, Florida, Golden Gate Water Treatment Plant Reverse Osmosis Expansion - Phase III. Carollo served as the Engineer of Record and provided engineering service related to permitting, shop drawing review, and construction inspection.  Principal-in-charge for the Rehabilitation and Expansion of the Lee County Utilities, Florida, North Lee County (NLC) Reverse Osmosis Water Treatment Plant from 4.9 to 11.6 mgd. The NLC Reverse Osmosis WTP was completed in 2006 at a cost of over $30-million and was supposed to produce 6 mgd, however, a maximum flow of 4.9 mgd only was achieved. Bob oversaw the design phase of the design/build delivery of the improvements and expansion, which included major upgrades to the treatment plants electrical systems, increasing reverse osmosis feed pump sizes from 75 to 200 HP, and the addition a turbine assisted booster pump as an interstage booster pump device. The cost of the required improvements to meet the nameplate capacity for this facility are $17 million.  Principal-in-charge of multiple projects at the Florida Water Services, Florida, Marco Shores Water Treatment Plant. Projects included: • Tracer study and disinfection CT determination. • Plant facilities and regulatory audits. • Evaluation of spent backwash water handling options.  Principal-in-charge for the Peace River Manasota Regional Water Supply Authority, Florida, Regional Integrated Loop System- Phase 3A Interconnect project. Provided bid phase services for construction of 9-miles of 48-inch diameter transmission pipeline, including a subaqueous crossing of the Myakka River and pipeline appurtenances with meter stations; a high service pumping station, and a 5 MG water storage tank.  Responsible for bench-scale testing, engineering evaluation, and full-scale implementation support for coagulation strategies for fluoride removal at the Colorado Springs Utilities, Colorado, Mesa Water Treatment Plant. The engineering evaluation included development of a fluoride removal model, evaluation of implementation constraints, and development of operational guidelines. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\HartVincent.docx Education MS Environmental Engineering, Virginia Polytechnic Institute and State University, 1994 BS Environmental Engineering, Syracuse University, New York, 1992 Licenses Professional Engineer, Colorado, Tennessee, Georgia, Missouri, Texas, Minnesota, Kansas, New Jersey, North Carolina Certification LEED Accredited Professional, Green Building Certification Institute, 04/18/2009 Professional Affiliations American Water Works Association Water Environment Federation American Society of Civil Engineers National Association of Corrosion Engineers Tau Beta Pi Chi Epsilon Vincent S. Hart, P.E. Vinnie Hart, a vice president with Carollo Engineers, has 23 years of experience in the planning, design, and expansion of water supply, water treatment, and water distribution facilities. He has been involved with softening processes, including pellet softening, caustic softening, and lime softening. Mr. Hart has implemented a mass balanced based method for successfully managing solids in a solids contact clarifier allowing utilizes to manage solids effectively. He also created a new process called "carbonate softening" that utilizes acid addition in combination with aeration to remove high levels of carbonate, which reduces the calcium carbonate precipitation potential even when calcium or magnesium is not removed. Relevant Experience  Technical advisor for the Collier County, Florida, South County Regional Water Treatment Plant Water Quality Evaluation. Carollo evaluated different treatment technologies that would contribute to the reduction of disinfection by-product (DBP) levels; potentially allow use of free chlorine for maintenance and primary disinfection; reduce chloramine decay, biological regrowth, nitrification, and loss of residual in the distribution system; and provide means for transition or rehabilitation of aging lime softening infrastructure. All commercially available potable water TOC removal technologies were evaluated, and nanofiltration and anion exchange were determined to be the best available technologies.  Technical advisor for the Miami-Dade Water and Sewer Department, Florida, Preston and Hialeah Water Treatment Plants Feasibility Study. Reviewed ozone, UV, membranes (microfiltration, ultrafiltration , or nanofiltration), and carbon adsorption as candidate technologies to upgrade the Preston and Hialeah Water Treatment Plants to meet the Surface Water Treatment Rule due to the pending reclassification of the well field supply to groundwater under direct influence of surface water. Responsibilities included process systems evaluation and field assessments. Performed a hydraulic assessment of both treatment facilities, encompassing a combined hydraulic capacity of 235 mgd. Assessment included the intermediate transfer pumping facilities at both plants (which convey all of the water downstream of filtration to the top of air stripping towers for DBP and benzene removal). The raw water system hydraulics were evaluated from the source water to the treatment plant.  Project engineer for the Palm Beach County Water Utilities Department (PBCWUD), Florida, Water Treatment Plant (WTP) Magnetic Ion Exchange (MIEX®) Treatment System No. 2. Responsible for design of a 16.4-mgd MIEX® treatment system to achieve color reduction and dissolved organic carbon removal from the source water, as well as reduce disinfection byproducts (DBPs). The system will process raw water from PBCWUD’s System 2 WTP by flowing it through ion exchange contactors utilizing state of the art pumping systems where greater than 70% of the organic content of the water will be removed. The flow from this system subsequently flows through the remainder of the existing plant and then to service area distribution. The MIEX® system replaces an obsolete ozone system and will save the County approximately $265,000/year in operating costs, compared to the ozone generation system. At the time of startup and commissioning (early 2011), this system was the largest of its type in North America.  Technical advisor for the City of Sunrise, Florida, Springtree Water Treatment Plant Improvements Project. Project elements include general renewal and replacement of the 24-mgd lime softening facility, design of a fluidized bed ion exchange treatment system, a 1.5-mgd RO treatment system and the repurposing of an existing ASR well to a Floridan production well. General site improvements included stormwater management system redesign as part of the overall project.  Procurement technical advisor for the 50-mgd Manatee County, Florida, Vincent S. Hart, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\HartVincent.docx ""If you are looking for an engineering firm that puts the utility first, provides clear and concise communication, innovative solutions, looks at the best and most cost effective chemical and treatment process applications and overall commitment to the project then I recommend Carollo Engineers. Vincent Hart is the Project Manager for the Olathe project and has provided all of the above and more." Garry Turner Assistant Water Plant Superintendent City of Olathe, KS membrane project. This project included the procurement, piloting, design, and construction of a 50 mgd submerged ultrafiltration facility. The plant included both conventional and softening facilities upstream of the membranes.  Project engineer for the Palm Beach County Water Utilities Department, Florida, System 8 Water Treatment Plant Train 3 Softener Bypass and Ion-Exchange Pilot Study. The study was conducted to evaluate the potential to stabilize the softener effluent by bypassing a portion of raw water around the softener and into the influent stream of the 10-mgd ion-exchange system. Design was completed based upon the study recommendations, which included the addition of flow control valve, flow meter, and bypass pipeline.  Technical advisor for the City of Boynton Beach, Florida, Ion Exchange Treatment System and East Water Treatment Plant Improvements Progressive Design Build. This project includes initial engineering and constructability evaluations, permitting, design, and construction of a 16-mgd ion exchange system, associated ancillary systems, and raw water transmission main modifications.  Technical advisor for a water quality evaluation of the City of Edmond, Oklahoma, Arcadia Water Treatment Plant. This 10-mgd softening treatment plant experiences water quality challenges with respect to disinfection by-products and uses granular activated carbon to reduce organic carbon. The preliminary design evaluation included water quality testing and plant evaluations to determine the effectiveness of coagulants and biological filtration on organic carbon removal.  Process engineer for the City of Rome, Georgia, Bruce Hamler WTP Alkalinity Addition Evaluation. Provided an evaluation of the capital costs and additional chemical costs required to increase the finished water alkalinity utilizing lime and carbon dioxide. The scope considers two different levels of finished water alkalinity, and estimate chemical feed requirements accordingly.  Project manager for the City of Olathe, Kansas, Water Treatment Plant No. 2 Expansion Study. This project consisted of a report that evaluated 11 different expansion options for the City’s existing conventional softening plant (expansion from 17 to 30 mgd). The study allowed for expanding the existing softening basin capacity from 17 to 38.25 mgd without building any new treatment basins. After using a detailed decision-making tool with stakeholders, the decision was made to expand the facility utilizing membrane treatment. The final process treatment train resulted in a 33% reduction in lime use, 60% reduction in carbon dioxide use, and a significant reduction in residuals production.  Project manager for the City of Manhattan, Kansas, Water Treatment Plant and Wellfield Expansion Study. Tasks included defining water supply, treatment, and transmission needs for the next 40 years. Carollo developed the population and water demand projections for the City's future service area. The report evaluated expansion alternates for the existing conventional softening facility. It was determined that, by operating the new wells and constructing wells in the correct location, the raw water hardness could be significantly reduced. This, in combination with reconfiguring the basins, uprating the filters, replacing the lime system, reconfiguring the transfer pump station operation, and optimizing the fluoride feed dose, saved the City approximately $5 million in O&M costs and $4.5 million in capital costs (both net present value).  Project engineer for design of a new 5- mgd lime softening plant for the Village of Park Forest, Illinois. The source groundwater wells have periodic high concentrations of magnesium and high hardness and alkalinity. Project activities included analyzing water quality and flow data, potential blending of the various groundwater wells, determining lime and soda ash dose and sizing requirements to achieve finished water hardness goals, evaluating dewatering alternatives, and developing P&IDs and standard specifications. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\WarnerRich.docx Education BS Civil Engineering, Ohio State University, 1997 Licenses Professional Engineer, Florida, Arkansas, California, Louisiana, Mississippi, Ohio, Texas, Guam Professional Affiliations DBIA - Water/Wastewater Committee Richard C. Warner, P.E. Richard Warner is a structural engineer with more than 20 years of experience in structural analysis and design of water and wastewater treatment plants, pumping stations, and building structures. Rich brings strong structural design qualifications to your project. He is also experienced in alternate delivery methods including design- build and construction-manager-at-risk (CMAR). This experience is key to ensuring adequate structural design and quality review are incorporated into a fast-paced design-build atmosphere. Relevant Experience  Structural engineer for the South Florida Water Management District, Florida, Caloosahatchee River (C-43) West Basin Reservoir project. This project is composed of a 170,000 ac-ft above-ground reservoir including internal and external embankments, internal control and outflow water control structures, canals, and two pump stations (S-470 and S-476). The pumping design capacity of the S-470 is 1,500 cfs while the design capacity for the S- 476 is 195 cfs. This project is being designed and constructed with four separate bid packages.  Structural engineer for the Polk County Utilities, Florida, Dinner Lake South Storage and Booster Station Preliminary and Final Design, permitting, bidding, and construction services. This project involves design of a new 1-million gallon ground storage tank, new high service distribution pump system with supplemental sodium hypochlorite system for disinfection and an electrical building to support the Central Regional Utility Service Area.  Structural engineer for Miami Dade County, Florida, South District WWTP Expansion package ST1A. This project is just one part of a large expansion project and includes installation of two 20 MG equalization tanks, a 40 MGD pump station, a wet chemical scrubber facility, and an electrical substation building to provide electrical service. All of the facilities will be hardened for storm surge.  Structural engineer for the City of St. Petersburg, Florida, Northeast Master Lift Station Inspection. The purpose of this project is to inspect and provide recommendations for rehabilitation of the existing lift station to address inefficient pumping equipment, inadequate access to equipment and piping, structural repairs and outdated electrical equipment.  Structural engineer for the City of Margate, Florida, WTP Structural Condition Assessment – Reactor Clarifier Tank. This project involves the inspection and evaluation of an existing cast-in-place circular Clarifier that has been subject to extensive cracking and leakage. The structure will be assessed through non- destructive and limited-destructive testing to determine the level of corrosion. Repair alternatives will be considered to extend the service life.  Project manager and structural engineer for the Jacksonville Electric Authority (JEA), Florida, Hurricane Resiliency Study. The purpose of this study was to evaluate thirteen select JEA water production facilities to determine suitability to serve as storm shelters for JEA staff during a hurricane or storm event. The evaluation focused on the structural and architectural aspects of the commonly occupied buildings at each treatment plant.  Structural engineer-of-record for the Toho Water Authority, Florida, Biosolids Dewatering Centrifuge Project for the South Bermuda and Sandhill Road Water Reclamation Facilities. Responsibilities included: vibration analysis of an existing biosolids dewatering building subjected to new centrifuge loading, and structural design of a new biosolids dewatering building and a dewatered cake truck unloading station.  Structural engineer for the Russellville City Corporation, Arkansas, Pollution Control Works Improvements Project. Served as the engineer-of-record for the structural design of new Aeration Basin, Aeration Basin Distribution Structure, Richard C. Warner, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\WarnerRich.docx Secondary Clarifier, RAS/WAS Pump Station, Electrical Building, and Dechlorination Building. The project was delivered through CMAR.  Structural engineer for the U.S. Army Corps of Engineer for St. Bernard Parish, Louisiana, Pump Stations and Pump Station Modifications. Served as the engineer-of- record for the structural portion of this project. Provided structural analysis and design of the new elevated pump stations No. 2 and 3 and modifications for existing pump station No. 5. The pump stations and equipment were being elevated to prevent future hurricanes from causing damage to and interference with the performance of the pumps and drive units. This project was delivered via the Design-Build method of delivery. This project was a 2009 Design- Build Institute Award Winner.  Quality control engineer for the Pebble Beach Company and Carmel Area Water District, California, Microfiltration/Reverse Osmosis Building. Served as the engineer- of-record for the structural portion of this $18 million project. He provided structural design oversight and reviewed structural and architectural drawings for the design of the steel special concentric braced-frame building structure. This project was completed through the Design-Build method of delivery. The building was situated in an area of high liquefaction potential which required special attention to the foundation design to mitigate the problem. The purpose of the project was to use desalinated ocean water to irrigate the grounds of the Pebble Beach Country Club.  Structural engineer for the Station Houston – Galena Park, Houston, Texas. For the U.S. Coast Guard, Mr. Warner served as the engineer-of-record for the structural and civil portions of this design-build project. He was in responsible charge of analysis and design of a 2-story tilt-up panel and steel framed station building as well as a new Fitness Center and Boathouse. Due to poor quality expansive soils, these facilities were supported on structural slabs with driven precast piles and carton forms to allow for movement of the soils without causing distress to the buildings.  Structural engineer for the Sector Command Building in New Orleans, Louisiana, For the United States Coast Guard, Mr. Warner served as the engineer- of-record for the structural portion of this Design-Build project. He performed analysis and design of a three-story reinforced concrete moment frame office building to be used as the regional command center by the U.S. Coast Guard.  Structural engineer for the City of Wylie, Texas, Water Treatment Plant Electrical Upgrades. Served as the engineer-of-record for the structural design of modifications to the existing electrical building.  Structural engineer for the City of Arlington, Texas, Green Oaks Pump Station Rehabilitation. Served as the engineer-of- record for the structural design of various structural modifications to the tilt-up panel pump station building.  Structural engineer for the City of League City, Texas, State Highway 3 Booster Pump Station Improvements. Served as the engineer-of-record for the structural design of a replacement pump station building and associated pipe racks. The structure was designed to be supported by a pier and beam foundation utilizing carton forms to mitigate the effects of poor quality expansive soils.  Structural engineer for St. Bernard Parish, Louisiana, Water Treatment Plant Warehouse. Served as the engineer-of- record for the structural design on this new two-story warehouse and office building. The structure was designed to be supported on an elevated structural slab with timber piles.  Structural engineer for the City of Sugar Land, Texas, Surface Water Treatment Plant. Served as the engineer-of-record for the structural design on this new $65-million 9-mgd surface water treatment plant. The project was delivered through CMAR. Managed the structural design effort and performed QA/QC review. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\HanlonJoe.docx Education BS Electrical Engineering, University of Massachusetts, Dartmouth, Massachusetts, 1989 Licenses Professional Engineer, Florida, Maryland Joseph J. Hanlon, P.E. Joseph Hanlon, an associate with Carollo Engineers, has 27 years of experience in instrumentation and control systems for large water and wastewater treatment facilities. His engineering experience focuses on the integration of sophisticated instrumentation and control systems including Programmable Logic Controllers (PLCs), Human- Machine Interface (HMI), telemetry, networks, communication, Supervisory Control and Data Acquisition (SCADA), Motor Control Centers (MCCs), Variable Frequency Drives (VFDs) and soft starts. Relevant Experience  Project manager and senior PLC programmer for the Collier County, Florida, South Regional Water Treatment Plant High Service Pumping Program Enhancements project. Duties included identifying problem areas in the PLC program causing surges in the pump operation. Enhancements included PID tuning, complete overhaul of the pump sequencing routine, and increased flexibility of system recovery after instrumentation failure.  Senior instrumentation engineer for the Collier County, Florida, South County Regional Water Treatment Plant Network Communications Upgrade project. Duties included review of existing network and identification of potential critical network failure items. Assisted owner with development of new equipment bill of material and integration within the plant.  Senior instrumentation engineer for the Collier County, Florida, South County Regional Water Treatment Plant VFD Upgrades project. Duties included migration of several new VFDs from DeviceNet communication to Ethernet Communication. Provided integration and programming services to modify and update existing PLC and SCADA system programs for the new VFDs to operate efficiently and effectively while maintaining plant operation with all other control systems remaining online.  Senior instrumentation engineer for the City of Oklahoma City, Oklahoma, Overholser Water Treatment Plant Improvements. Responsible for instrumentation and controls design of plant upgrades. This included modification to filter control panels, high service pump station, and lagoon pump station. Provided sophisticated control strategies to run the plant effectively.  Project manager and PLC programmer for the Alternative Water Supply Project at the City of Tarpon Springs, Florida. Duties included complete instrumentation and controls design/build from initial concept to completion. Responsible for instrumentation specification, instrumentation and control panel design, control system architecture, PLC programming, and plant startup. System included 15 VFD-driven raw water wells, 3 new reverse osmosis skids dual with 450-hp feed pumps, transfer pump station, ground storage tanks, and high service pumps. Well pump control included a dual control method with "shift on the fly" technology. The operator can change control methods of any well, while in operation, from flow to pressure or vice versa, at any time. This feature provided additional flow smoothing of the process as it entered the plant contributing to more stable operation of the process and increased reliability of the skid membranes. With this plant, the City is no longer purchasing water from another utility and is no longer dependent upon another utility for its own water needs.  Project manager for the FAKA Union Pump Station at the United States Army Corps of Engineers South Florida Water Management District in Naples, Florida. Provided the entire instrumentation and control system for this new pump station developed under the Everglades Restoration Act and United States Economic Stimulus package of 2009. Responsible for all aspects of systems integration, including design, program development, and integration. System included six 2,400-hp diesel driven pumps and associated supporting pumping systems, redundant Joseph J. Hanlon, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\HanlonJoe.docx Developed and patented "Systems and Methods for Orienting and Conveying Articles." United States Patent No. U.S. 7,389,867 B2 PLCs, SCADA system servers, and 17 remote Input/Output control panels throughout the plant.  Project manager for the South Florida Water Management District, Florida, Compartment C Build Out G-508 Pump Station. Provided the entire instrumentation and control system for this new pump station. Responsible for all aspects of systems integration including design, program development, and integration. System included four 1,800-hp diesel driven pumps and associated supporting pumping systems, redundant PLCs, process instrumentation, local operator interfaces and 10 remote Input/Output control panels throughout the plant.  Project manager and PLC programmer for the City of Tarpon Springs, Florida, wastewater plant SCADA system. Responsibilities included complete design and integration of the SCADA system for the plant. This initially included reviewing with the owner immediate and long-term needs. Further work included design, programming, installation and complete integration of instrumentation, controls, wireless telemetry system, VDFs, and SCADA system. This plant went from a Department of Environmental Protection fined plant to a Department of Environmental Protection award plant for Operation and Maintenance due in part to the control systems we provided. Prior to the control system we provided, the plant was operated in a manual mode with very little automatic features and constantly on the threshold of violations of Department of Environmental Protection operational parameters. After several phases, the plant was fully automated, from master lift stations, influent pumping, aeration, return activated sludge/waste activated sludge (RAS/WAS) pumping, filtration, ground storage pumping, chlorine chamber, multiple chemical feed systems and reclaim pumping and storage and outfall.  Project manager for the Indian River County, Florida, Reverse Osmosis (RO) Plant Expansion. Responsible for complete design and integration of the plant expansion. The plant increased water production by 100 percent, adding 3 RO Skids, 6 raw water wells, additional chemical feed systems, ground storage, and high service pumping. Duties included migration from Rockwell SCADA system to Wonderware, removal of legacy Allen Bradley PLC 5 processors to Redundant Control Logix PLCs, while utilizing the existing PLC 5 family remote Input/Output to curb the cost of the PLC upgrades.  Project manager for the Hillsborough County, Florida, Northwest Water Reclamation Plant, UV System, and Plant Expansion. Responsible for design and integration of upgraded SCADA software and hardware including 9 large PLC control panels, significant instrumentation and coordination efforts with UV system supplier. UV system programmed and configured to be monitored via the new SCADA system. Provided all technical support including detailed training for the software provided as well as the custom developed programs and instrumentation provided.  Project manager at the TOHO Water Authority, Florida, Poinciana Water Treatment Plant No. 1. Responsible for design and integration of a new booster pump station. Partnered with Weir Floway Pumps to provide a complete mechanical and electrical system. A major challenge on this project was the lack of water storage for a booster pump station. Suction and discharge pressures could have caused major operational issues. However, with the team concept approach between our company and Toho Water Authority, a resolution was developed through software to control the pumps efficiently and effectively without the need for onsite water storage.  Project manager and PLC programmer for the UV System at the City of Key West, Florida, Wastewater Treatment Plant. Responsibilities included complete design and integration of the new UV system and associated control functions. This included UV flow channel gate control to maintain flow control through the UV system without a dedicated process flow meter. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\AkramArsalan.docx Education BS Electrical Engineering, St. Cloud State University, 1996 Training Wonderware Intouch Wonderware System Platform/ Application Server CitectScada Rockwell FactoryTalk View ME, SE Professional Affiliations International Society of Automation Arsalan M. Akram Arsalan Akram, a senior programmer with Carollo Engineers, has 20 years of experience working with computer and industrial networks, design and deployment of HMI and Supervisory Control and Data Acquisition (SCADA) systems, historical system design and reporting requirements, programmable logic controller (PLC) system design and programming for small and large plants (machine controls, water and wastewater controls), field instruments, variable frequency drives (VFDs) and soft- start integration and control, electrical design, and network protocol conversion. He also has extensive experience in setting up Microsoft operating system-based servers and workstations, domains, workgroups, and network devices (switches, firewalls, routers, and media converters). Relevant Experience  Senior programmer for the Collier County, Florida, South Regional Water Treatment Plant High Service Pumping Program Enhancements project. Duties included modifying, adding new PLC code and modifying SCADA system to meet the pressure and flow requirements of High service station.  Senior programmer for the Collier County, Florida, South County Regional Water Treatment Plant Network Communications Upgrade project. Duties included network design, removal of old Network devices, switches etc., and deployment, configuration of new network switches throughout the plant.  Senior programmer for the Collier County, Florida, South County Regional Water Treatment Plant Tamiami Wells PLC Replacement project. Duties included design of new PLC system and installing the new PLC and I/O cards in the panel. Also converted the old PLC program to work with the new Processor. Provided startup services. SCADA system was updated to poll Tamiami wells direct from SCADA system instead of going through a polling PLC.  Senior programmer for the Collier County, Florida, South County Regional Water Treatment Plant South Wells 1-15 PLC Replacement project. Duties included design of new PLC system and installing the new PLC and I/O cards in the panel. Also converted the old PLC program to work with the new Processor. Provided startup services. Fiber Ethernet switches were also replaced and programmed.  Senior programmer for the Collier County, Florida, Carica Pump Station PLC Replacement project. Duties included design of new PLC system and installing the new PLC and I/O cards in the panel. Also converted the old PLC program to work with the new Processor. Provided startup services. Also updated the existing FactoryTalk View ME application to work with the new PLC.  Senior programmer for the SCADA and PLC Programming for the McAllen Public Utility, Texas, South Wastewater Treatment Plant Facility Improvements. Duties included Network configuration, SCADA servers setup and configuration, PLC I/O checkout, functional/ startup testing and operator training.  Senior programmer for the Central Lake County Joint Action Water Agency, Illinois, Ozone System SCADA Improvements project. Duties included startup testing and operator training.  Senior controls engineer/programmer for City of Tarpon Springs, Florida, Reverse Osmosis Water Treatment Plant Project. Responsible for overall SCADA network. Designed, programmed, and implemented redundant CitectSCADA servers and Vijeo Historian systems. Responsibilities included: developing screens; assisting with programming redundant ControlLogix PLCs and connecting remote redundant ControlNet I/O over fiber and remote well sites through an Ethernet fiber ring. Additionally, he configured Network switches and added redundant WIN-911 Alarm dialout software to the system. He was also responsible for factory acceptance Arsalan M. Akram V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\AkramArsalan.docx testing, and commissioning on customer site and customer training.  Senior controls engineer/programmer for City of Clearwater, Florida, Reverse Osmosis Plant # 2 Project. Responsible for Overall SCADA Network. Responsibilities included: developing screens; assisting with program Redundant ControlLogix PLCs; designing, programming, and implementing a wireless Ethernet network, using MDS iNet 900 spread spectrum radios, to bring in all the remote well sites. Additionally, he programmed and implemented CitectSCADA server and Vijeo Historian. Converted existing CitectSCADA projects at RO Plant # 1 and 3 to display and control all plants from any RO plant site. Configured network switches and router. He was also responsible for coordinating with various third party vendors to meet project requirements. Also responsible for factory acceptance testing, and commissioning on customer site and customer training.  Senior controls engineer/programmer for the South Florida Water Management District, Florida, Picayune Strand Restoration Project, FAKA Union Pump Station. Responsible for overall SCADA and PLC network. Assisted with Redundant ControlLogix PLC programing. Programmed FactoryTalk View ME and FactoryTalk SE projects. Created Operations Domain for SFWMD and programmed, configured and deployed redundant Domain servers, redundant FactoryTalk View SE servers, redundant FactoryTalk Historians and VantagePoint server. Configured network switches and routers. Also responsible for factory acceptance testing, and commissioning on customer site and customer training.  Senior programmer for the City of West Lakeland, Florida, Wasteload Reduction Facility project. Responsible for programming new GE Intellution Proficy iFix SCADA node and upgrading existing redundant SCADA servers at the main site to new version. Also deployed a new domain server, new Historian and a SQL server to deliver Reports using Crystal Reports. Helped program Modicon Quantum PLCs. Also responsible for factory acceptance testing, and commissioning on customer site and customer training.  Senior programmer for the Village of Wellington, Florida, Water Treatment Facility Expansion project. Responsible for overall SCADA network. Helped program various Alllen Bradley PLCs. Converted the existing project from RSView SE to Intellution Proficy iFix and added a redundant server. Added iFix clients to the system as required. Replaced old Ethernet switches and fiber converters and programmed them for proper operation. Created redundant reports using XLReporter software. Also responsible for factory acceptance testing, and commissioning on customer site and customer training.  Senior software engineer for the City of Plant City, Florida, Water Reclamation Facility Expansion. Upgraded and added VTScada servers, Web Server, Historian and extra clients, developed screens, programmed redundant ControlLogix PLCs, and configured a redundant ControlNet network over fiber. Responsible for overall SCADA network, factory acceptance testing, and commissioning on customer site and customer training.  Senior software engineer for the City of Cape Coral, Florida, Everest Water Reclamation Facility Expansion. Responsible for overall SCADA Network. Developed screens. Designed and configured Ethernet, redundant ControlNet and DeviceNet networks for proper operation. Deployed Domain server, redundant RSView SE servers, OSI PI server and Rockwell AssetCenter. Helped program redundant ControlLogix PLC’s. Designed 3D screens using Sketchup software. Configured network switches and router. Also responsible for factory acceptance testing, and commissioning on customer site and customer training.  Senior programmer for the City of Rotunda, Florida, Water Reclamation Facility. Programmed Allen Bradley CompactLogix PLC’s. Developed screens. Deployed new Wonderware Application Server-based SCADA system with Galaxy, Historian and Intouch nodes. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\MorrisMike.docx Education MBA Business Administration, University of Denver, 2004 BS Civil Engineering, Virginia Military Institute, 1992 Licenses Civil Engineer, Alaska Professional Affiliations American Water Works Association, (AWWA) Water Environment Federation J. Mike Morris, P.E. Mike Morris, an associate vice president with Carollo Engineers, has 25 years of experience in the water and wastewater treatment field. He has studied, designed, managed, and aided in the construction of water and wastewater systems for municipal and industrial clients. Mr. Morris is experienced in performing constructability reviews, contract administration, progress meetings, schedule and pay application reviews, risk management, cost model analysis, equipment procurement, commissioning, plant startup and testing. His broad knowledge provides him the skills and flexibility to excel at all levels of the project team. Mr. Morris is currently serving as the East Coast Lead for the alternative delivery projects and owner advisors groups. Relevant Experience  Construction manager for City of Brighton, Colorado, 3.0-mgd wastewater treatment plant expansion. Coordinated the efforts of a multi-discipline design and construction team. Actively engaged subcontractors in pre-bid, composed submittal packages and front-end documents required for timely start-up, procured materials, conducted constructability reviews, scheduled required inspections, provided short interval schedules, interfaced with equipment vendors, performed startup, commissioning. The construction management at risk project was structured with “shared savings” for the team and owner. The project was completed 3 months ahead of schedule and $700,000 under budget.  Project manager for the City of St. Petersburg, Florida, Albert Whitted Reclamation Facility (AWWRF) decommissioning and demolition project. The City is commissioning a new transfer lift station. Once this wastewater diversion is complete, the AWWRF will be taken out of service and demolished. After the development of a Decommissioning Plan for the AWWRF, Carollo is developing the design documents for facility demolition.  Owner’s advisor/project advisor for the Metro Wastewater Reclamation District, Colorado, Northern Treatment Plant Program. The Owner’s advisor is assisting the District in the management of the 5- year program for all planning, procurement, construction, and start-up services for the implementation of the 24-MGD Northern Treatment Plant, South Platte Interceptor, and the Effluent Pump-back System. Managed contract administration, progress meetings, schedule and pay application reviews for the Owner. The Owner’s advisor was co-located with District staff for the delivery of the $475-million program. The program was completed in 2016.  Project equipment procurement manager for the DC Water Clean Rivers Project, 1st Street Pump Station, Washington, D.C. Worked closely with the Skanska design/build team and the design engineer on the First Street Tunnel, part of the $2.6-billion Clean Rivers Project by providing the pumping and mixing equipment.  Project manager/owner advisor for the Town of Milliken, Colorado, Milliken Wastewater Treatment Plant (WWTP) design build. This project includes developing design/build RFQ and RFP for the Town of Milliken. Serving on the selection committee and construction manager as agent services for the municipality on the WWTP Design/Build project, resulting in a $1.7-million savings over traditional Design/Bid/Build method. Conducted constructability reviews on behalf of the Owner during design and construction.  Project manager/procurement lead for the Fairfax Water, Virginia, Occoquan Dam Intake Screen Replacement. This project is a turnkey/ manufacturer led screen replacement of two existing 60-foot tall traveling water screens at the Occoquan dam site. Developed design drawings and specifications, selected contractor team, demolished the existing screens, installed and started-up of the new stainless steel traveling screens while maintaining raw J. Mike Morris, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Resumes\MorrisMike.docx water feed to the 120-mgd Griffith Water Treatment Plant.  Project equipment/ procurement manager for the Loudoun County, Virginia, Goose Creek Water Treatment Plant Chemical Feed System Upgrades. The system included a sampling system for ammonia and nitrate monitoring. Piloted and recommended alternatives for the system.  Project equipment manager/advisor for the Keysville, Virginia, Keysville Water Treatment Plant. Project consisted of upgrading the chemical feed systems of the 0.5-mgd surface water treatment facility. Managed the delivery, installation, startup of the equipment, and operations & maintenance training for the municipal staff.  Project equipment manager/advisor for the Buckingham, Virginia, Buckingham Water Treatment Plant. The scope of services for the new 1.65-mgd Water Treatment Plant included the filter building, sedimentation basins with flocculator and flash mix tanks, two clear wells, finished water pump station, finished water line, and numerous yard pipe systems. Managed the delivery, installation, startup of the process equipment, and operations & maintenance training for the municipal staff.  Process equipment manager/advisor for the City of Richmond, Virginia, Richmond Wastewater Treatment Plant Tertiary Filter Upgrades. This project included inspection of the existing 15 filters, developing alternatives with the owner and engineer, and delivering the media and underdrains under an emergency order with a compressed schedule. Conducted constructability assessment of existing facility with Owner and contractor to ensure feasibility of fast track replacement. Conducted demolition and installation inspections, as well as start-up, commissioning, and training.  Project equipment manager/advisor for the City of Richmond, Virginia, Richmond Wastewater Treatment Plant Digester Mixing and Conveyance System Upgrades. This project included the design of a digester mixing system into two existing tanks, installation, startup, and training for the new mix system and chopper pumps.  Project equipment manager/advisor for the Chesterfield County, Virginia, Falling Creek Wastewater Treatment Plant Dissolved Air Flotation Thickener (DAFT) Replacement. This project included the removal of two 35-year old DAFT units and replacing them with more efficient DAFT systems while maintaining sludge dewatering capabilities at the facility.  Project manager/procurement advisor for the Rapidan Service Authority, Virginia, Wilderness Wastewater Treatment Plant Expansion. This project included increasing the capacity of an enhanced nutrient removal facility from 0.75 mgd to 2.0 mgd. The upgraded facility utilizes a 5-stage modified Bardenpho process, coupled with chemical addition, followed by tertiary filtration to achieve aggressive nutrient removal limitations. Provided new chemical feed, thickening, dewatering, disinfection, clarification and filtration equipment to the owner.  Project manager/constructability lead for the Big Timber WWTP at the Stillwater Mine, Montana. Stillwater Mining Company is the only palladium and platinum producer in the U.S. Conducted constructability review of a new IFAS wastewater treatment plant at the mine. Actively engaged subcontractors and suppliers in pre-bid, created submittal packages and front-end documents required for timely start-up, supervised construction activities, scheduled required inspections, provided short interval schedules, interfaced with equipment vendors, performed startup, commissioning.  Project equipment manager/ constructability manager for the Waikoloa WWTP near Kona, Hawaii. Project consisted of upgrading from a SBR into a 0.8 mgd MBBR wastewater treatment plant capable of nitrification. Acted as procurement lead for the biological and clarification systems. Coordinated closely with contractor on demolition and installation of mechanical equipment, provided constructability reviews, performed startup and commissioning services. V:\Client50\Collier County\Quals\SCRWTPReactor_0118\docs\Subs\Stantec\MaloneyJohn.docx Education Bachelor of Science, Land Survey, Michigan Technological University, Houghton, Michigan, 1981 Training Surveying History of the United States, FSMS, Florida, 2001 Surveying Waterways and Mean High Water, FSMS, Florida, 1992 Florida Laws of the Profession, FSMS, Florida, 2006 Management Development Program, FGCU, Florida, 2000 Licenses Professional Land Surveyor #4493, State of Florida Professional Affiliations Member, Collier-Lee Chapter, Florida Surveying and Mapping Society John P. Maloney, PSM John Maloney, a senior project manager in surveying, brings several decades of land surveying expertise in Southwest Florida. His project experience includes utilities, roads, schools, residential, and commercial developments. Mr. Maloney manages surveys as they relate to development, including boundary surveys, subdivision plats, and condominium plats. Relevant Experience Project Surveyor, Eagle Creek Pump Station and Force Main, Collier County, Florida Responsible for the design of a pump station and forcemain. Project responsibilities included easement research, topographic, and base mapping. Project Surveyor, East Naples Water Main Extension, Collier County, Florida Responsible for the design of the water main extension which included the coordination with aerial companies, easement research, and base mapping. Project Surveyor, Trust for Public Land*, Collier County, Florida Prepared boundary survey of Section 33, T515, R28E for purchase by a trust. Project Surveyor, Freedom Square, Collier County, Florida Responsible for the design, platting, and construction stakeout of a shopping center anchored by Publix, K-Mart, and Carrabba's restaurant. Project Surveyor, Eagle Creek Commercial Center, Collier County, Florida Responsible for the design, platting and construction stakeout of a shopping center anchored by Winn Dixie. Project Surveyor, Hollywood 20 Theatres, Collier County, Florida Responsible for the design, permitting, and construction stakeout of a mega- theatre complex. Additionally responsible for ALTA boundary survey. Project Surveyor, Grand Central Station*, Collier County, Florida Prepared ALTA survey for an existing 18- acre commercial center targeted for redevelopment located in the heart of the City of Naples. Project Surveyor, Vanderbilt Galleria, Collier County, Florida Responsible for boundary surveys, construction stakeout, and condominium exhibits for 19-acre commercial project including 15 buildings, occupied by restaurants and office space, and 2 parking garages. Project Surveyor, Pine Aire Lakes, Collier County, Florida Responsible for the design, platting, and construction stakeout of an 150-acre commercial subdivision. Project included construction of 3,500 feet of four-lane roadway. Project Surveyor, Vanderbilt Collection, Collier County, Florida Responsible for ALTA boundary survey and pre-design survey services. Also provided construction stakeout service. Project includes restaurants, fitness center, and upscale shops on a 29.5-acre commercial development. Project Surveyor, Carrabba’s/Amsouth at Freedom Square*, Collier County, Florida Prepared ALTA boundary survey and predesign surveys for this 2.15-acre proposed bank and restaurant site. Project Surveyor, Florida Motor Sports*, Collier County, Florida Prepared boundary survey of 2.3-acre site and construction stakeout services for new 30,000 square foot showroom. John Maloney, P SM V:\Client50\Collier County\Quals\SCRWTPReactor_0118\docs\Subs\Stantec\MaloneyJohn.docx Project Surveyor, Edison Community College, Collier County, Florida Responsible for design, platting, and construction stakeout for the College’s 50-acre Collier County campus. Project Surveyor, Lely Elementary, Collier County, Florida Responsible for the design, platting, and construction stakeout on a 20-acre campus. Project Surveyor, Pelican Marsh Elementary*, Collier County, Florida (Project Surveyor) Responsible for the construction stakeout for an elementary school campus. Project Surveyor, Everglades City School*, Collier County, Florida Responsible for the construction stakeout for the renovation of the existing school. Services included piling, building, parking, and ballfield stakeouts. Project Surveyor, Immokalee Health Clinic, Collier County, Florida Responsible for the design, platting, and construction stakeout of the health clinic. Project Surveyor, Hyatt Regency Coconut Pointe Resort, Lee County, Florida Responsible for the pre-design survey, permitting condominium document preparation, and construction stakeout for the time-share resort. Additionally responsible for the preparation of conservation and drainage easements. Project Surveyor, Comfort Inn and Suites, Collier County, Florida Responsible for the design and construction stakeout including an ALTA boundary of the project. Project Surveyor, Ritz-Carlton Golf Lodge, Collier County, Florida Responsible for overseeing construction stakeout of the site infrastructure for the design and ALTA boundary survey for the purchase of this project site in Naples. Project Surveyor, Naples Plaza, Best Western, Collier County, Florida Responsible for the design and construction stakeout that included an ALTA boundary survey. Project Surveyor, Holiday Inn Express*, Collier County, Florida Responsible for the design, survey, and construction stakeout that included an ALTA boundary of the project. Project Surveyor, VeronaWalk, Collier County, Florida Responsible for design surveys and platting of five phases in 785-acre residential community. Also responsible for surveys and stake out of homes within these phases. Project Surveyor, Andalucia*, Collier County, Florida Responsible for construction stakeout of infrastructure, as-builts, and lot surveying services for a 78-acre, 167-lot single- family subdivision. Project Surveyor, Serenoa, Collier County, Florida Responsible for boundary survey, pre- design topographic survey, and preparation of DRI, SRA, and SSA descriptions for a 4,200-acre proposed development. Project Surveyor, Moorings Park, Collier County, Florida Responsible for boundary survey, design surveys, and construction stakeout for skilled nursing facility, chapel, 30-bed expansion of Orchid Terrace building, entrance relocation, six new residential midrise structures, and new information technology building. Project Surveyor, Mediterra, Phase Three East, Units One and Two, Collier County, Florida Responsible for pre-design, survey, platting, and construction stakeout of this 194-acre residential community. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Subs\Stantec\HackworthDavid.docx Education MS Civil/Environmental Engineering, University of California, Berkeley BS Mechanical Engineering, University of California, Berkeley Licenses Professional Engineer – IN, KY, MD, VA, FL Certified Wastewater Operator – Class IV Indiana Certified Water Operator – Class B, Florida (expired) David Hackworth, P.E. David Hackworth, the director of O&M services, David has 29 years of operations and design engineering experience in the field of water and wastewater treatment. As both a professional engineer and certified operator, he is able to bring this unique experience into all phases of project delivery, resulting in lower lifecycle costs and ease of operations. He provides a wide range of operational assistance, including: value engineering, process control and optimization, staff augmentation, design review, construction sequencing, commissioning, organization evaluations and operator training. Relevant Experience Plant Manager, Regional Surface Water Plant Design/Build/Operate, Tampa Bay Water, Tampa, FL David was the project engineer during construction and project manager (Operations) during the startup and first three years of service of a 66-mgd, state- of-the-art surface water treatment plant. The WTP was design, constructed and operated under a DBO Agreement with USFilter/Veolia. The plant treatment systems include high rate ballasted flocculation/sedimentation (Actiflo), ozone disinfection, biological filtration, and chloramination. David hired entire plant staff, developed operating procedures, implemented training programs, and managed a staff of 22 and an annual operating budget of approximately $9M per year. The project won several national and local awards, including the "Distinguished Public Private Partnership Infrastructure Award" by the National Counsel for Public Private Partnership in 2003, and the Florida Section AWWA Award for Best Operating Class A Water Treatment Plant in 2005. Operations Consultant, Cat Del Ultraviolet Disinfection Facility, New York Department of Environmental Protection, White Plains, NY David provided full-time support from September 2012 to January 2013 during the performance testing and commissioning of the Cat Del Ultraviolet (UV) drinking water facility. The UV Facility has a design capacity of 2.2 billion gallons per day. He worked with Contractor and City staff to maintain operational compliance during the final stages of construction, prior to substantial completion of the project. David was on-site during Hurricane Sandy and assisted in the preparations for the hurricane. Project Manager, Fort Knox Water System Privatization, Louisville Water Company, Louisville, KY David managed the procurement efforts for the winning proposal for Hardin County Water District 2 to acquire the Fort Knox Water System. The proposal included a 50 year price proposal, which included both capital and operational and maintenance costs, for the two water treatment plants and distribution system. Operations Consultant, Hap Cremean Water Treatment Plant Ozone, City of Columbus, Columbus, OH David provided on-site support during the commissioning phase of the 125 mgd ozone disinfection system. He prepared classroom training materials and duty station checklists. During the commissioning phase, he provided hands on training to the operators, demonstrating how to operate the equipment and collect samples. Operations Consultant, Lake Oswego- Tigard Water Treatment Plant Expansion, City of Lake Oswego, Lake Oswego, OR David conducted operator training for the ozone disinfection system and David Hackworth, P.E. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\docs\Subs\Stantec\HackworthDavid.docx optimization support for the Actiflo sedimentation process. Operations Consultant, KR Harrington Water Treatment Plant Flood Recovery, Metro Water Services, Nashville, TN During the historic flood of May 2010, the City of Nashville experienced a storm event inundating the City with over 13 inches of rain in a 48-hour period. The event resulted in significant flooding damage to the 90 mgd K.R. Harrington Water Treatment Plant. David was included on a team of engineers and operations staff to assess the condition of the facility, and to develop and implement plans to return the plant back to operating condition. The recovery team was able to restore treatment plant operation within a 30 days, providing drinking water that was in full compliance with all state and federal regulations. Operations Consultant, Contract Operations and Maintenance Procurement, Hunter Water, Newcastle, NSW Australia David developed optimization strategies and assisted in the development of operational costs for 13 wastewater treatment plants in the Newcastle area of New South Wales, Australia. This effort supported a bid by CH2MHill to operate and maintain the Hunter Water facilities for eight years, with an option of two one year renewals. Mr. Hackworth collaborated with process modelers to optimize treatment plant performance. Operations Consultant, Tri-Annual Inspection, Springfield Water and Sewer Commission, Springfield MA David performed the tri-annual inspection of the wastewater treatment plant and Indian Orchard Pump Station. The purpose of the inspection was to verify that the Contract Operator (Suez) was operating and maintaining the facilities in accordance with Good Industry Practice and to report any deficiencies to the Utility. Operations Consultant, Stormwater /Wastewater Project, Indianapolis Airport Authority, Indianapolis, IN David performed the technical review of the two bid proposal to manage the stormwater and wastewater at the Indianapolis Airport. Both proposal included design and construction of new treatment facilities, as well as a long term operations agreement (up to 40 years). Assistant Project Manager, Contract Operations, City of Indianapolis, Indianapolis, IN David led the operations, maintenance, and engineering of two wastewater treatment facilities and collection systems having a combined capacity of 250 mgd, with 210 employees. He maintained regulatory compliance for the wastewater system, operated the treatment plants and collection systems within budget, implemented a performance-based bonus system for employees, and managed the capital improvement program. He also oversaw process control strategies and optimization efforts. Worked closely with the city staff and community leaders to develop strategies to cost-effectively mitigate combined sewer overflows. During his time at the wastewater facilities, the City showed a cost savings of $78M, and a reduction in effluent violations by over 50 percent. The facilities consistently earned Gold Awards from the Association of Metropolitan Sewerage Agencies. V:\Client50\Collier County\Quals\SCRWTPReactor_0118\docs\Subs\Stantec\MartinSteven.docx Education Bachelor of Science, Civil Engineering, University of Florida, Gainsville, 2001 Licenses Professional Engineer #65085, State of Florida Steven Martin, P.E. Steven Martin, a senior site/civil engineer, has 15 years of experience in hydraulics and hydrology. Steven is responsible for the direction and management of the civil engineering design, permitting, and construction of various site development, stormwater, and utility projects. His strong background in land development also includes proficiency with WaterCAD, HEC-RAS, ICPR, and Autodesk Civil 3D. Relevant Experience Project Manager, MPS 312 Rehabilitation*, Collier County, Florida Designed utility improvements, overall site design, permitting, and sub- consultant coordination. Tasks included a new driveway and box culvert, a building addition for electrical and mechanical improvements, new yard piping and odor control equipment. Project Manager, Fountain Lakes Force Main Improvements*, Estero, Florida Created hydraulic model, designed 6,000 LF of force main improvements, pump station rehabilitation for six pump stations. Performed associated permitting, bidding and construction services. Project Manager, Woodbridge Gravity Sewer Improvements*, Bonita Springs, Florida Designed 6,500 LF of sewer main within an existing subdivision, performed associated permitting, bidding and construction services. Project Manager, Rehabilitation Design of Pump Stations 300.04, 302.56, 103.03*, Collier County, Florida Designed pump station rehabilitation including above ground piping and valve assemblies, associated permitting and construction services. Gordon River Extension Drainage Improvements*, Collier County Performed hydraulic stormwater calculations of the River and designed improvements consisting of widening the river south of Pine Ridge Road to alleviate flooding in the upstream residential areas and the Pine Ridge Industrial Park. Project Manager, Popash Creek Stormwater Improvements*, North Fort Myers, Florida Performed extensive stormwater modeling of the drainage conveyances in this basin, stormwater permitting, and designed improvements to alleviate flooding. Project Engineer, North Collier Regional Park*, Collier County, Florida Performed overall site design, stormwater management calculations, environmental resource permitting and worked on associated design of lake system, storm drainage, utility design, and site improvements. Project Engineer, Gulf Harbour Fitness Center Expansion, Lee County, Florida Performed site design and coordinated permitting efforts to accommodate a two-story fitness center along with new parking spaces within the existing amenity center area. Project Engineer, Bonita Springs Self Storage, Bonita Springs, Florida Performed site design activities consisting of site grading, drainage, and utilities along with associated construction permitting efforts for a 240-unit self- storage facility. Project Engineer, The Mercato*, Collier County, Florida Performed design of site improvements to accommodate the upscale commercial, multi-family and single family residential uses of the project including site grading, drainage, utilities and associated SFWMD and Collier County permitting. V:\Client50\Collier County\Quals\SCRWTPReactor_0118\docs\Subs\Stantec\DuganTerry.docx Education Florida Department of Transportation, Auger Cast Piles, Largo, Florida, 2006 Florida Department of Transportation, Earthwork Level 1, Largo, Florida, 2005 Florida Department of Transportation, Earthwork Level 2, Largo, Florida, 2006 Florida Department of Transportation, Concrete Field Inspector Specifications, Bartow, Florida, 2008 Project Management, Professional Practice, Contract Administration, Quality Management, Time Management, Cost Management, Construction Safety Management and Value Engineering, Construction Management Association of America, Bradenton, Florida, 2010 OSHA Safety Training, Mert Shop Electrician Apprentice Program, Houston, Texas, 2005 Asphalt Paving Level 1, Florida Department of Transportation, Sarasota, Florida, 2013 Terry L. Dungan Terry Dungan, a senior construction manager, brings to Stantec 32 years of diverse engineering experience. This experience encompasses design, senior resident-in- charge, resident-in charge of wastewater treatment, collection, water treatment and distribution systems, schools, marinas, hospitals, hotels, roadways and subdivisions. He is proficient in the preparation of contract plans and specifications for numerous multi-million dollar private and municipal utility systems, project planning, and construction resident responsibilities. Terry is also a skilled instrumentation and controls specialist. Relevant Experience Bee Ridge WRF Phase 2 Expansion, Sarasota, Florida Provided technical design services to the Engineer of Record including verification of existing conditions and providing information from work Terry completed on previous expansions. This project involved the design, permitting, bid assistance services and construction management services for the Phase 2 Expansion of the Bee Ridge Water Reclamation Facility (WRF). The expansion design takes the existing Bee Ridge WRF from a capacity of 9 million gallons per day (MGD) to 12 MGD, maximum month average daily flow (MMADF), through the addition of an aeration basin to operate in parallel with the existing 5 aeration basins. The project includes: a new aeration basin with connected influent and effluent channels and an anoxic cell, and extension of the existing aeration header, a new diffused aeration system, and a new dissolved oxygen probe system with associated instrumentation plus a walkway between the existing headworks and the new aeration basin. Additional services included surveying, geotechnical investigation and site and development permitting. Resident Project Representative, Bee Ridge Water Reclamation Facility Expansion*, Sarasota, Florida This project consisted of a $30-million facility upgrade that included a new pretreatment facility, three new (and modifications to two) existing activated sludge basins, two new (and modifications to two) existing clarifiers, new denitrification filters, new (and modifications to the existing) chlorine contact chambers, two new sludge holding tanks, a new 10-MGD reclaimed water pumping station, electrical improvements, a new control system for the entire facility, maintenance building, and site improvements. Coordinated all construction for the project which resulted in minimal contractor-initiated change orders. Resident Project Representative, University / I-75 Force Main Phase 2*, Sarasota County, Florida This $13-million project consisted of six miles of 24-inch, 30-inch and 36-inch ductile iron pipe, five large directional drills and construction of one master lift station and one master booster station. The project was completed on times and on budget. Terry L. Dungan V:\Client50\Collier County\Quals\SCRWTPReactor_0118\docs\Subs\Stantec\DuganTerry.docx Resident Project Representative, Central County WRF Phase 2 Improvements*, Sarasota, Florida This $10-million project included upgrades to the existing facility, aeration system upgrade from bushed roller aeration to three 250-hp blowers and air piping. A major pump station renovation with stand-by power and 150hp VFD submersible pumps. In addition, two remote site treatment facilities were terminated and replaced with new master pump stations and stand-by power. The project was completed ahead of schedule and under budget. Senior Resident Project Representative, Venice Gardens WRF Improvements*, Venice, Florida This project involved the upgrade to the master/transfer lift station, new decanters, TSS meter, VFD’s, electrical and instrumentation systems. Project was completed on time and on budget in 2010. Senior Resident Project Representative, Central County WRF Phase 2 Improvements*, Sarasota, Florida This $10-million water reclamation facility plant upgrade consisted of a new pretreatment facility, demolition of existing pretreatment facility, administration building, aeration blower, yard piping, TSS meter, new electrical and instrumentation systems, two new plant lift stations and new site drainage systems. This project started July 2010 and substantial completions was achieved in June 2012 on time and budget. Senior Resident Project Representative, Pump Station No. 3 Improvements*, Sarasota County, Florida This project involved the upgrade of two 250-hp pumps, VFDs, new electrical service, switchgear, 350kw generator, ATS, PLC, instrumentation systems, Bi-Directional Venturi Flow meter and new chemical feed systems. This $850K pump station upgrade is a critical part for Sarasota County’s water distribution systems and is unmanned and fully automation with owner purchased VFD’s, generator and ATS. Resident Project Representative for Electrical and Instrumentation Systems, Peace River Regional Water Supply Authority Six (6) Billon Gallon Above Ground Reservoir*, Charlotte County, Florida The system of the new six (6) billon gallon above ground reservoir consisted of 23kv distribution, 48-inch Venturi flow meter, vibrating wire piezometers and Auto Data Acquisitioning system (ADAS). Resident Project Representative, Carlton Water Treatment Facility*, Sarasota, Florida This project involved a $6-million, 5-MG above ground Crom storage tank and associated yard piping. Due to unsuitable below surface soil conditions, this tank foundation required 525, 65 foot, 12-inch precast concrete piles to be driven prior to tank construction. The project was completed on time and budget. Resident Project Representative for Electrical and Instrumentation Systems, Tampa Bay Water Regional Facility, Bypass Canal and Cypress Creek Facility*, Hillsborough County, Florida The three major plant upgrades consisted of new 13.2kv, 4.1kv and 2.4kv, 2500kw paralleling generators, generator control systems for closed transition and fuel systems. Certified Minority Business Enterprise V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\2-Certified MBE.indd 1 Evaluation Criteria No. 2: Certified Minority Business Enterprise Carollo Engineers, Inc. is not a Florida-certified MBE firm, but we understand the critical importance of diversity and minority development. Carollo has a rich history of utilizing minority- and women-owned businesses to complete engineering projects in Florida and nationally. Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 1 Evaluation Criteria No. 3: Past Performance OVERVIEW OF QUALIFICATIONS Water Experts Carollo Engineers, Inc. is an environmental engineering firm specializing in the planning, design, and construction of water and wastewater facilities. Carollo’s reputation is based upon client service and a continual commitment to quality. We currently maintain 42 offices in 17 states, including 6 in Florida. During our 84-year history, Carollo has successfully completed more than 25,000 projects for public sector clients. Capabilities Carollo has provided planning, design, and construction management services for water and wastewater agencies serving populations ranging from less than 10,000 to more than 2 million. Our capabilities span the following areas: Water Planning • In the last 15 years, Carollo has performed water planning services for more than 70 municipal clients with service area populations from 5,000 to over 1 million. •We have completed water treatment plant evaluations for over 100 facilities treating a wide variety of surface water supplies in 25 different states. Water Treatment • Carollo has provided planning and design services for over 100 water treatment plants with a total capacity of more than 3.5 billion gallons per day. •Water treatment plants designed by Carollo range in size from less than 1 to more than 600 million gallons per day (mgd). Water Infrastructure Carollo has provided design and construction management services for: • More than 700 miles of water pipeline ranging in size from 6 to 108 inches in diameter. • Over 100 water pumping stations with capacities as high as 1,500 cfs (970 mgd). •More than 150 water storage reservoirs with capacities ranging from less than 1 to 60 MG. RELEVANT PROJECTS The matrix on the next page lists representative projects demonstrating relevance to the SCRWTP Scope of Work, as well as participation by Carollo staff assigned to our Collier County team. More detailed information for each project is provided in the descriptions on the following pages. Reference Questionnaires for the non- Collier County projects are provided at the end of this section. Carollo provides value to Collier County with a powerful combination of an experienced, committed team; relevant experience; collaborative approach to project delivery; and dedication to providing innovative and cost-effective solutions. Water is our focus, our business, and our passion. This focus allows us to put all our resources and energy in providing innovative, sustainable solutions for the clients we serve. According to Engineering News Record, Carollo Ranks First Among All Design Firms that Work Solely in Water Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 2Plant Capacity (mgd)Lime SofteningWater QualityWater TreatmentHydraulicsElectricalStructuralI&CProgrammingStart-upCarollo SCRWTP Team Participation SCRWTP Water Quality Evaluation - Collier County, Naples, FL 32 ••••Bob Cushing, Chris Reinbold, Lyle Munce, Vincent Hart SCRWTP High Service Pumping Program Enhancements - Collier County, Naples, FL 32 •••Joe Hanlon, Arsalan Akram SCRWTP SCADA Network Upgrade Project - Collier County, Naples, FL 32 ••Joe Hanlon, Arsalan Akram Springtree Phase II Renewal and Rehabilitation - City of Sunrise, FL 25.5 •••••••••Lyle Munce, Chris Reinbold, Vincent Hart WTP No. 2 Ion Exchange Treatment System - Palm Beach County Water Utilities Department, West Palm Beach, FL 16.4 •••••••••Lyle Munce, Chris Reinbold, Vincent Hart, Bob Cushing Southwest WTP Upgrades - City of Sunrise, FL 2 •••••••••Lyle Munce, Chris Reinbold WTP 8 Bench-scale Bypass Study and Design - Palm Beach County Water Utilities Department, West Palm Beach, FL 30 •••••••••Lyle Munce, Chris Reinbold, Vincent Hart Preston and Hialeah WTP Improvements - Miami-Dade County, Miami, FL 225 (two plants)••••••••Lyle Munce, Bob Cushing, Chris Reinbold, Vincent Hart Lime Feed Improvements Evaluation - City of North Miami Beach, FL 32 ••••••••Vincent Hart, Chris Reinbold Arcadia Lake WTP Upgrades and Expansion - City of Edmond, OK 30 •••••••Vincent Hart, Chris Reinbold Carollo’s recent, relevant, successful project experience delivered by key team members dedicated to the SCRWTP Reactor project promote confidence in the ability of our personnel and past performance. Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 3 The Collier County South County Regional Water Treatment Plant (SCRWTP) receives raw water from two different sources: the Tamiami and Hawthorne aquifers. Raw water from the Tamiami aquifer is hard fresh water and is treated with a conventional lime softening and filtration facility at a capacity of 12 mgd. Raw water from the Hawthorne aquifer is brackish and is treated with reverse osmosis (RO) at a capacity of 20 mgd. The County currently uses chloramines for primary disinfection at the SCRWTP and throughout their entire distribution system. While the County has instituted numerous proactive measures to optimize distribution water quality, the water industry has linked chloramines to biological regrowth, nitrification, and loss of residual as well as chloramination by-products (nitrosamines) that will be regulated in the future. As such, the County retained Carollo to evaluate different treatment technologies that would contribute to the following objectives: • Reduce disinfection by-product (DBP) levels. • Potentially allow use of free chlorine for maintenance and primary disinfection. • Reduce chloramine decay, biological regrowth, nitrification, and loss of residual in the distribution system. •Provide means for transition or rehabilitation of aging lime softening infrastructure. Natural organic carbon measured as total organic carbon (TOC) is the precursor for halogenated disinfection byproducts, e.g., trihalomethanes (THMs) and haloacetic acids (HAAs), and nitrosamines, e.g., NDMA. In addition, TOC provides substrate for regrowth and disinfectant demand in the distribution system. Water from the lime softening train retains a substantial amount of TOC after treatment, and as such, treatment technologies for enhanced removal of TOC were evaluated. All commercially available potable water TOC removal technologies were evaluated, and nanofiltration and anion exchange were determined to be the best available technologies. Conceptual treatment trains were developed, configured, and costs estimates were developed. The final project deliverable provided a roadmap for future improvements to be implemented when demanded by regulatory requirements. Highlights: • Process profiling and bench-scale testing. • Conceptual treatment trains were developed, configured, and costs estimates were developed. • The final project deliverable provided a roadmap for future improvements. Start/Completion Dates: April 2015 - April 2016 Project Team Members: Bob Cushing, Lyle Munce, Chris Reinbold, Vincent Hart Project Budget: $98,672 SCRWTP Water Quality Evaluation Collier County, Naples, Florida Fixed-bed ion exchange testing allowed process performance confirmation and development of site-specific design criteria and capital and O&M costs. Treatment train TOC and DBP formation profiling provided rigorous analysis of alternatives. Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 4 The Collier County SCRWTP has 10 High Service Water Distribution Pumps. All 10 Pumps are controlled by Variable Frequency Drives (VFDs). The system operates to maintain a constant pressure throughout the distribution system. The distribution system has experienced multiple pressure spikes initiating a review of the high service control system. The County retained Carollo to review existing programs, evaluate existing control algorithms, and hold workshops to discuss potential corrections. This project was given a critical status given the potential and ongoing destruction the county experienced. Upon careful review of the PLC programs and existing control algorithms, Carollo developed several programming enhancements. The enhancements were reviewed by many Collier County staff from management/engineering to operations. Each enhancement was integrated, tested, and placed into operation. After a testing period was completed the results were analyzed by the team. This type of improvement schedule was executed over a 3-5 month period. After all the programming enhancements were complete, the Collier County staff was very encouraged by the results. Not long after all programming was completed at SCRWTP, County staff increased Carollo's scope and fee on the project to include the North County Regional Water Treatment Plant. Highlights: • Failure detection of a process variable by the PLC will automatically switch the program process variable to an active instrument. • Extensive tuning of the Proportional Integral Derivative (PID) equation to eliminate sudden changes and hunting in the PID equation. • Changed the control algorithm for starting and stopping pumps. The existing system started and stopped pumps based upon pressure only. The program enhancements made by Carollo included controlling the speed of the pumps by pressure, however calling the pump on/off based upon a flow setpoint and actual process flow. • The result of the project included increased system reliability and reduced pressure spikes in the distribution system significantly. Start/Completion Dates: Feb. 2016 - Feb. 2017 Project Team Members: Joe Hanlon, Arsalan Akram Project Budget: $75,000 SCRWTP High Service Pumping Program Enhancements Collier County, Naples, Florida Distribution Pressure prior to Program Enhancements. Distribution Pressure spikes in excess of 120 PSI. Distribution Pressure after Program Enhancements. Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 5 The Collier County SCRWTP recently completed a SCADA Master Plan by Carollo. In this Master Plan, one of the critical items that surfaced was the condition of the existing PLC/SCADA Network. As part of the SCADA Master Plan, a plant wide network upgrade was lifted to a high priority item. Collier County utilized Carollo to perform the work. The goal of the project was to increase the overall network capacity while preserving the flat architecture of the existing network. To do this, the existing network rack was modified using Uninterruptible Power Supplies (UPS) and Network Switches meeting the County’s Information Technology (IT) standards. The design allowed for the failure of a single piece of equipment to be absorbed by the remaining devices. Highlights: • Increased network reliability and speed by directly connecting remote Programmable Logic Controllers (PLCs) to the upgraded network switches. • Utilized best practices with physical cabling by installing copper and fiber optic patch panels. This practice eliminates stress on field cabling virtually eliminating the possibility of connection failure at the device level. • Provided comprehensive network documentation including network architecture, rack layouts, and Ethernet Switch Port assignments. • With the amount of network hardware and software upgrades, the amount of plant shutdowns had to be at a minimum. Furthermore, the planned work during the shutdown had to be tested prior to shutdown to ensure the network upgrades would be successful without risking prolonged plant shutdowns. Start/Completion Dates: Nov. 2015 - Jan. 2017 Project Budget: $91,000 SCRWTP SCADA Network Upgrade Project Collier County, Naples, Florida Project Team Members: Joe Hanlon, Arsalan Akram Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 6 The City of Sunrise (City) is continuing to implement rehabilitation improvements to existing facilities at the 25.5 mgd Springtree Water Treatment Plant (WTP). These additional improvements are necessary to keep up current operations, improve treatment reliability, improve water quality, and maintain safety. Several facility improvements were completed in the Phase I project which was completed in the second quarter of 2015. Phase II includes the following additional improvements: • Solids contact clarifiers rehabilitation. • Aeration addition. • South lime silo replacement. • Miscellaneous concrete repairs. • East filters demolition and pump station replacement. • Water stabilization chemical feed system addition. • Thickener supernatant piping modifications. • Sludge dewatering equipment upgrades. • Sodium hypochlorite dilution system. •Miscellaneous concrete repairs. There will be two separate bid packages to expedite the construction of the most vital improvements. Construction began for the first bid package in 2015, which had a bid price of approximately $3.4 million. It primarily includes the rehabilitation to the solids contact clarifiers and lime silo. When completed, the City will anticipate saving money with reduced lime feed and few residuals production as a result of the newly installed aerators that are associated with the existing solids contact clarifiers. Construction began for the second bid package in 2016, which had a bid price of approximately $4.28 million. It primarily includes the water stabilization (accomplished by carbon dioxide addition) and the sludge dewatering equipment upgrades. Once complete, the City anticipates achieving water quality improvements in their distribution system as a result of the lower finished water pH to a level that is optimum for chloramine formation. Reference Contact: Mr. Timothy Welch, Director of Utilities Ph: 954-888-6055 Email: twelch@sunrisefl.gov Start/Completion Dates: Jan. 31, 2014 - Jan. 31, 2018 Project Team Members: Lyle Munce, Chris Reinbold, Vincent Hart Highlights: • Rehabilitated key processes to improve treatment reliability and water quality. • Operational enhancements were included which will reduce operating costs. Project Budget: $475,729 (Design) $789,638 (Construction) Springtree Phase II Renewal and Rehabilitation City of Sunrise, Florida Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 7 Carollo provided design, construction administration, and start-up and commissioning services for the Ion Exchange (IX) Treatment System at PBCWUD's WTP 2 in West Palm Beach. This project included the installation of a magnetic ion exchange treatment system to achieve dissolved organic carbon (DOC) control and color reduction from the source water. The IX system replaced an obsolete ozone system used for color control. In addition to DOC removal and color reduction, the IX system reduced the potential for disinfection byproducts (DBPs) formation by removing organic precursors and provided the benefits of reducing the chlorine demand in downstream treatment. The project included the design of two 25-foot square continuous flow high rate fluidized bed reactors (contactors). Each contactor is hydraulically rated for 9 mgd and operates as an independent process train. A resin regeneration system, utilizing salt brine (sodium chloride) to regenerate the resin by exchanging DOC with chloride ions was included. The regeneration system was designed with a resin regeneration rate of approximately 1.67 gallons of resin regenerated per 1,000 gallons of water treated (600 bed volumes). Reference Contact: Mr. Stephen McGrew, Manager, Plant Design Ph: 561-493-6110 Email: smcgrew@pbcwater. com Start/Completion Dates: March 2009 - Sept. 2012 Highlights: • Full-scale performance exceeded design estimates for organics removal and color control. • Resin loss rate has been demonstrated to be within the identified range. • During the first year of operation, PBCWUD saved approximately $245,000 per year based on actual, observed power and chemical usage. Project Budget: $443,715 (Design) $297,797 (Construction) WTP No. 2 Ion Exchange Treatment System Palm Beach County Water Utilities Department, West Palm Beach, Florida Shown on the left is a scalable 3-D design view of the IX facility used (with PBCWUD staff) to enhance the understanding of the system. To the right is a view of the constructed facility. Project Team Members: Lyle Munce, Chris Reinbold, Vincent Hart, Bob Cushing Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 8 The Southwest WTP (SW WTP), originally built in 1988, was acquired by the City of Sunrise through a purchase of the South Broward Utilities in December 1997. The facility is a conventional lime-softening and filtration water treatment plant, which is rated to treat 2 mgd. It draws raw water from the Biscayne aquifer via an on-site wellfield. This project includes rehabilitation and improvement of the majority of process features at this facility was well as addition of several others. The primary rehabilitation and improvements included in the project include tray aeration, lime softening, filtration, clearwell/wetwell, transfer and backwash pumps, and chemical storage and feed systems. The new features included in this project include a fixed bed ion exchange (IX) treatment system for reduction of dissolved organic carbon and color control, IX regeneration and waste disposal system, a new lime storage and feed system, diesel engine generator, Well No. 2 replacement, recarbonation through addition of carbon dioxide storage and feed system, and four-log disinfection facilities. Carollo, along with another consultant, performed the design of features described above while Carollo was retained to perform construction management services. This project is unique in the fact that the entire water treatment plant will be taken out of service for a period of time to construct the primary process features and improvements, then the remainder of the processes brought online in phases. Carollo performed the hydraulic modeling to show the effects to the distribution system with this plant out of service, which is the smallest of three in the Sunrise service area, for the City to understand the flow, pressure, and distribution system implications associated with the extended plant outage. Start/Completion Dates: 2015 - Oct. 2019 (est.) Project Team Members: Lyle Munce, Chris Reinbold, Vincent Hart Highlights: • Existing 2 mgd lime softening plant rehabilitated to ensure long term operational reliability. • Addition of Ion Exchange will reduce DBP formation potential and improve water quality. • Recarbonation will lower finished water pH and lower distribution system operating costs. Project Budget: $325,504 (Design) $1.3 Million (Construction) Southwest WTP Upgrades City of Sunrise, Florida Reference Contact: Mr. Timothy Welch, Director of Utilities Ph: 954-888-6055 Email: twelch@sunrisefl.gov Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 9 WTP 8 is a 30-mgd lime softening treatment plant. Following lime softening, 20 mgd is subsequently treated with ozone followed by granular media filtration. The remaining 10 mgd is treated with granular media filtration followed by anion exchange (IX) resin. The effluent from each of these trains is then blended and stored on site prior to pumping to the distribution system. The purpose of this study was to evaluate the potential to stabilize the softener effluent (in terms of preventing the potential for CaCO3 deposition) by bypassing a portion of the raw water flow around the softener and into the influent stream to the IX system. This stabilization would potentially improve the operational performance of the IX process and, in terms of “side benefits”, reduce the amount of chemicals required for softening and provide benefits to the finished water in terms of mineral content, since the bypassed water would not have the minerals removed during softening. The quality of the finished water was evaluated in terms of TOC, hardness, and color and it was determined a softener bypass would be effective. It is anticipated that potential operating cost savings may be achieved by implementing this raw water bypass system. The savings would be attributed to the following components and are estimated to be up to $250,000 be year: • Reduction in lime feed to softening basin. • Reduction in corresponding production of residuals. •Reduction (or elimination) of CO2 feed to the softened water. The calculated reduction in lime residuals produced will reduce the amount of material to be dewatered and hauled, thereby, reducing the solids processing efforts. Start/Completion Dates: March 2011 - Sept. 2011 Project Team Members: Lyle Munce, Chris Reinbold, Vincent Hart Highlights: • Project objective was to stabilize ion exchange feed water without additional costly chemicals. • Softening bypass will reduce chemical usage and resulting lime solids production. • Project payback will be less than 1 year due to chemical and other cost savings. Project Budget: $55,437 WTP 8 Bench-scale Bypass Study and Design Palm Beach County Water Utilities Department, West Palm Beach, Florida Reference Contact: Mr. Stephen McGrew, Manager, Plant Design Ph: 561-493-6110 Email: smcgrew@pbcwater. com Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 10 Miami-Dade County Water and Sewer Department's (WASD's) 225-mgd Hialeah and Preston Water Treatment Plants treat raw water from a combination of four groundwater wellfields, including the Northwest Wellfield (NWWF). Nearby mining activities may trigger the reclassification of the NWWF from groundwater to groundwater under the direct influence of surface water. This potential reclassification has significant implications for the plants by requiring the existing facilities to meet more stringent treatment standards than were originally intended. Portions of the existing softening treatment facilities date back from the mid-1920s to the most recent additions in the early 2000s. Carollo's initial analysis found that constructing the required treatment upgrades at the NWWF reduced costs and community impacts as compared to constructing all the required upgrades within the existing Preston and Hialeah plant fence lines. Carollo worked closely with WASD staff to analyze potential solutions and tailored a design to meet all treatment requirements while controlling capital costs, retaining flexibility for future cost savings, limiting operator burden, and controlling O&M costs. Carollo used its 3D design capabilities to facilitate review meetings with WASD managers and regulators, while improving quality of drawing production. The results of Carollo’s design evaluations is a design that addresses WASD’s reliability requirements, while at the same time minimizing energy usage, optimizing water quality, and facilitating more robust operations and maintenance capability. Reference Contact: Mr. Howard Fallon, former Chief, Planning Division (retired 12/2017) Ph: 786-258-3161 Start/Completion Dates: Dec. 2007 - March 2011 Project Team Members: Lyle Munce, Chris Reinbold, Bob Cushing, Vincent Hart Highlights: • Efficient use of limited source water. • Minimized life-cycle costs. • More economical than the development of alternative water supplies. Project Budget: $13.2 Million Preston and Hialeah WTP Improvements Miami-Dade County Water and Sewer Department, Miami, Florida Aging facilities and changing raw water quality characteristics drove WASD to consider major improvements to the Preston and Hialeah WTPs. Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 11 The City of North Miami Beach owns the Norwood WTP, which is operated by NMB Water. The plant has a current production capacity of 32 mgd. The plant has two parallel water treatment processes: lime softening and membrane treatment. This project was to develop improvements for the existing lime storage and feed system, which are needed due to aging equipment, corroding silos, grit removal problems, and the need to accommodate future plant expansion including the addition of a reactor clarifier. The developed improvements include replacement of a lime silo, rehabilitation of two silos, lime slakers, slurry tanks, slurry feed pumps, feed piping to the reactor clarifiers, canopies, and associated electrical items. Four improvement alternatives were developed and reviewed with operations staff. A report was developed with design details, plan layouts, and cost estimates for each alternative. The project is now in the final design stage. Reference Contact: Mr. Chris Catlin, Operations Director, NMB Water Ph: 651-491-1242 Email: Chris.Catlin@ citynmb.com Start/Completion Dates: Dec. 2016 - May 2017 Project Team Members: Vincent Hart, Chris Reinbold Highlights: • Design of lime storage and feed system • Evaluation of lime feed alternatives for reactor clarifiers. • Consideration for future addition of a reactor clarifier. Project Budget: $15,000 Lime Feed Improvements Evaluation City of North Miami Beach, Florida Lime reactor clarifier (front) and lime storage silos (back). Past Performance V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\3-Past Performance.indd 12 The City of Edmond is expanding its 12-mgd Arcadia Lake surface water treatment facility to a capacity of 30 mgd with an ultimate capacity of 65 mgd. Originally constructed in 1985, this softening facility has pre- and intermediate ozone followed by granular media filtration. The plant currently plant that utilizes four (3 mgd each) hydraulic helical solids contact clarifiers for the softening process. Although the system works well under certain conditions, water quality and flow changes result in downstream challenges. Plant upgrade and expansion will replace these clarifiers with three 92-foot diameter mechanical solids contact clarifiers that are capable of treating close to 12 mgd. The existing lime feed system also requires replacement. Current feed locations result in precipitation in conveyance piping and increased maintenance. In addition, operators are required to make all changes manually, resulting in difficult system dynamics by under or over feeding of lime. The new facility will utilize a batch feed system that can feed up to 2,000 pounds per hour from two 350 ton lime silos. Other project components include new raw water pumping and conveyance, new liquid oxygen storage and feed, new ozone generation, new pre- and intermediate ozone contactors, new high rate granular media filters, new granular activated carbon contactors, new chemical storage and feed facilities, new finished water pump station, and new residuals handling facilities. Reference Contact: Mr. Kris Neifing, Water Resources Superintendent Ph: 405-216-7696 Email: Kris.Neifing@ edmondok.com Start/Completion Dates: Sept. 2016 - Summer 2021 Project Team Members: Vincent Hart - Technical Advisor, Chris Reinbold - Quality Management Review Highlights: • Three new 12-mgd solids contact clarifiers for softening and solids removal. • New lime storage and feed facilities. Project Budget: $9.3 Million (Design) $180 Million (Construction) Arcadia Lake WTP Upgrades and Expansion City of Edmond, Oklahoma Originally constructed in 1985, the existing Arcadia Lake Water Treatment Plant requires significant upgrades to reach a future capacity of 65 mgd. Form 8: Reference Questionnaire Solicitation: 17-7117 SCRWTP Reactor Tank Number Four Reference Questionnaire for: Carollo Engineers, Inc. (Name of Company Requesting Reference Information) Bob Cushing (Name of Individuals Requesting Reference Information) Name: Howard Fallon Company: Miami-Dade County WASD Email: hjfal01@miamidade.gov 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/indivdiual 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: Preston and Hialeah WTP Predesign Completion Date: March 2011 Project Budget: $13.2 M Project Number of Days: 800 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.9 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 99 )RUPHU&KLHI3ODQQLQJ'LYLVLRQ UHWLUHG Form 8: Reference Questionnaire Solicitation: 17-7117 SCRWTP Reactor Tank Number Four Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (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/indivdiual 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria 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 Project administration (completed documents, final invoice, 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 contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Carollo Engineers, Inc. Lime Feed Improvements Eval May 2017 $15,000 150 10 10 9 9 9 10 10 9 10 10 96 Chris Catlin NMB Water / CH2M Chris.Catlin@citynmb.com 305-654-7136 651-491-1242 Mark Ludwigson Form 8: Reference Questionnaire Solicitation: 17-7117 SCRWTP Reactor Tank Number Four Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (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/indivdiual 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria 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 Project administration (completed documents, final invoice, 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 contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Carollo Engineers, Inc. Arcadia Lake WTP Expan Design Spring 2018 $9.3M Design, $180 Construction Design-1yr; Const-3 yrs (ant) 10 10 10 10 10 10 10 10 10 10 100 Kris Neifing City of Edmond Kris.Neifing@edmondok.com 405-216-7696 Chris Reinbold, Tom Crowley, Ryan Anderson Project Approach, Willingness to Meet Time and Budget Requirements V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach.indd 1 Evaluation Criteria No. 4: Project Approach, Willingness to Meet Time and Budget Requirements INTRODUCTION This Reactor Tank Number Four project is important for the continued reliable and efficient operation of the SCRWTP. The project offers the chance to improve operational flexibility and realize best value in the substantial investment in this new softening unit. Carollo understands this and shares your commitment to delivering the best possible project. To support this, we offer the dedicated, experienced team presented in previous sections and our proven approach to successfully delivering projects as outline below. GENERAL APPROACH Project Delivery Through our 84-year history of providing engineering services to municipal water/wastewater utilities, we have developed an effective and unique business philosophy with demonstrated value. Our overall project delivery approach centers on four guiding principles for delivering highly successful projects: 1. Engage all key project stakeholders early and develop consensus on all critical project elements. As you have seen with our previous Collier County projects, Carollo will work closely with County staff during projects. We anticipate open and frank discussions during meetings. This “early and often” interchange of ideas will assure that only the alternatives that have technical merit are operator friendly, low maintenance, and cost-effective will be considered. Having you involved allows us to benefit from your knowledge making sure that we get it right the first time and that you get exactly what you want and need. 2. Apply a dedicated “Design Team” approach as opposed to “Design Center” approach. The core project delivery team will remain consistent and dedicated from development of the scope of work through training and start-up. The same engineer who develops a design concept for a project element will work with your staff to refine that concept through detailed design; that same engineer will respond to related contractor RFIs and will inspect construction and work with your operations staff through training and start-up. The continuity of service offered by this design team approach offers many advantages over a design center approach, including: –Design development is more rapid and accurate when performed by a dedicated design team. –Errors and omissions are often associated with “hand-offs” in a Design Center and are eliminated using a Design Team. –Design intent is maintained through construction. The original design engineer is best suited to make critical decisions regarding alternatives suggested during construction, weighing potential cost sav- ings with functionality. –The original design engineer who worked from concept through construction is best positioned to assist with start-up and training. All of these benefits of the design team approach reduce cost and improve quality. These benefits are strictly lacking in a “design center” approach. 3. Apply a scientific approach to process design and optimization. We will evaluate alternatives and explore ways to maximize use of existing Lime softening is critical to cost effectively producing stable finished water at the SCRWTP. Project Approach, Willingness to Meet Time and Budget Requirements V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach.indd 2 resource plan become the cornerstone of our project management approach of - plan the work then work the plan. Establishing and Maintaining Schedules – Schedules are established by identifying project milestones and determining when each task must be completed to meet the milestone dates. The schedule is reviewed to determine staff requirements to complete the project on schedule. If a project is needed on a fast-track, more staff are assigned than for a project with a longer schedule. The project manager assesses the percent complete for the project monthly. The percent complete is estimated on a per task basis, in a defined manner, and is done independently of budget review. Budget status is not provided to the project manager until after the percent complete has been estimated. The estimated percent complete is compared to the planned percent complete to determine if the project is on schedule. If the project is not on schedule, staffing adjustments or other corrective measures are implemented. Monitoring Progress – To monitor project progress, the project labor-hour budget is fit to the project schedule to form an S-curve. The S-curve shown on page 4 is a graphical illustration of the project plan, showing how the project will be completed on time and within the labor-hour budget. Each month, the percent complete is plotted on the S-curve to compare actual project progress to planned progress. If the actual progress falls behind the planned infrastructure using our scientific process optimization approach. This approach includes the use of sound scientific principles instead of relying on rules-of-thumb or “text book” values that often result in “over” or “under” designed facilities. Our proven scientific approach has been used successfully at FKAA and many other facilities where it has saved money while optimizing treatment capacity. 4. Produce highly-refined plans and specifications. At Carollo, our roots are in “nuts and bolts” water and wastewater plant design. We have many clients who have adopted our standards and others who insist that Carollo produce the plans and specifications for their projects. The clarity of concept and level of detail for Carollo plans and specifications translates to lower bids by allowing contractors to reduce their contingencies. Developing, Tracking, and Maintaining a Realistic Budget and Schedule Project Staffing Planning – Appropriate staffing is key to successful project management and an integral part of our quality management program. Our fundamental approach is to assemble the best-qualified team to match the project requirements. We review the scope of the project and review staffing levels and budgets from similar projects to estimate labor requirements to complete a project. A labor-hour estimate is made for each task in the Scope of Work. The estimate includes time for site visits and meetings, as well as actual engineering work for the project. We then use historical data, modified for project-specific requirements, to estimate the types of services and personnel classifications to complete each task. The project schedule has a significant impact on staffing planning. Project milestones are identified and labor- hour requirements per task are estimated to determine staffing levels to complete the task by the milestone date. A database on staffing needs and current staff assignments is maintained and updated monthly, both company-wide and in our local offices. The database allows us to project workloads and maintain a consistent, dedicated project delivery team. A preliminary project schedule is provided on the following page. The final schedule would be collaboratively developed with you along with the scope and project plan. The project plan, schedule, and Labor-hour Estimate of Tasks In Scope of Work Budget Hours Schedule Stang Needs CAROLLO’S PLANNING SOFTWARE STAFFING ORGANIZATION/ MANAGEMENT D IR ECTION RESULT S INPU T INPU T • Project schedule i s developed to estimate project milestones. • Carollo’s planni ng software allows us to project wor kloads and identify sta commitments. • Develop a future road map for the project. Project milestones are identified and labor hour requirements per task are estimated to determine staffing levels to complete the task by the milestone date. V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach_11x17.indd 3Project Approach, Willingness to Meet Time and Budget Requirements 0 1 2 3 4 5 6 7 8 9 10 11 12 13 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Tasks Months from Notice to Proceed 14 1. Existing System and Design Evaluation 1.1 Inspect Existing Facilities 1.2 Review Original Design 1.3 Develop Draft Technical Memorandum (TM) 1.4 Internal QA/QC 1.5 O&M Review Meeting 1.6 Submit Draft TM 1.7 Draft TM Review Workshop 1.8 Submit Final TM 2. Preliminary Design Report 2.1 Site Investigations (Surveying, borings, etc.) 2.2 Develop Preliminary Design Report (PDR) 2.3 PDR Internal QA/QC 2.4 PDR O&M Review Meeting 2.5 Submit Draft PDR 2.6 Draft PDR Review Workshop 2.7 Submit Final PDR 3. Detailed Design 3.1 Develop 60% Design Documents 3.2 60% Design Construction Cost Estimate 3.3 60% Design Peer Review 3.4 60% Design O&M Review 3.5 60% Design Submittal 3.6 60% Design Review Workshop 3.7 Develop Final Design Documents 3.8 Final Design Peer Review 3.9 Submit Draft Final Design 3.10 Draft Final Design Review Workshop 3.11 Submit 100% Final Design Documents 4. Permitting 4.1 FDEP Permit 4.2 Collier County Growth Management SDP Amendment 4.3 South Florida Water Management District ERP 4.4 Building Permit 5. Construction Phase 5.1 Bidding Phase 5.2 Preconstruction Conference 5.3 Inspections and Responses 5.4 Monthly Construction Progess Meetings 5.5 Develop O&M Manual 5.6 Startup and Training 5.7 Record Drawings 5.8 FDEP Certification Project Task LEGEND Meeting Workshop Project Schedule Project Approach, Willingness to Meet Time and Budget Requirements V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach.indd 4 progress, corrective measures are identified and implemented. Monitor Budgets – Each project manager has access to the labor-hours charged to each job and can monitor project budget on a daily basis. Using the cumulative hours, percent of budget used is calculated and plotted on the project S-curve. The project manager can then assess the following: • Are percent complete and percent budget expended close to the planned curve? • Are percent complete and percent budget expended curves parallel, converging or diverging? • Does the rate of progress match the budget expenditure rate? Schedule and labor-hour budgets are established to provide sufficient resources to complete each aspect of a project. This is monitored monthly in relation to the progress of the project to allow early detection of potential budget or schedule problems. Recovery from a Slippage in Budget or Schedule As discussed earlier, we have a proactive way of tracking budget and schedule so that on a “normal” project, we will have enough warning to make the necessary mid-course corrections. However, obstacles beyond our control can occur and cause delays or added costs. The most important element in resolving these problems when they occur is communication. We inform you of potential delays and their potential impact on project completion before we get behind. We also let you know if there will be a budget impact before work is started and expenses incurred. Bentley® ProjectWise® – The current generation of online, collaborative servers offers our team capabilities for storing, managing, and controlling information and deliverables. Carollo uses Bentley® ProjectWise® on all of our projects. The system allows us to store drawings, specifications, technical memorandums, meeting minutes, and all other project files on an integrated system of secure, collaborative servers that can be accessed by the team and County staff via any Internet connection, anytime, anywhere. Some benefits of this approach include: • File Management – An automated check-in and check-out procedure means that the latest version of a document is always stored in the system, so that team personnel find the most current information every time. • Data Exchange – Improved efficiency, version con- trol, and accuracy of data exchange increases produc- tivity, minimizes rework, and keeps costs down. • Secure Access – Using ProjectWise®, we can man- age, protect, and distribute data securely and reliably. Multiple levels of security, starting within the docu- ment storage level, give individual users or groups the appropriate access rights to project folders and specific workflow states of the documents. • Distributed Access – This system allows Collier County staff real-time access to the project files and the ability to provide electronic comments and mark- ups for our team to implement. It also makes file sharing between Carollo and the County seamless. QUALITY CONTROL AND QUALITY ASSURANCE Quality Management Quality management is the process that keeps our team focused on quality throughout the life of the project. Our quality goal is simple: “Deliver the right project, on-time, on-budget; complete the scope and meet or exceed your expectations.” Achieving this goal requires the constant supervision and application of quality assurance practices. Applying a quality control check at the later stages of the design or even worse during construction is not efficient and very costly. The “S” curve is a graphical illustration of the project plan, showing how the project will be completed on time and within the labor-hour budget. Project Approach, Willingness to Meet Time and Budget Requirements V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach.indd 5 Our approach incorporates a repeating cycle of planning, executing, checking, and acting. This cycle is repeated until the project is successfully completed. This approach will benefit this project by identifying and correcting issues when they arise rather than waiting until the solution is both costly and time consuming. Using this approach will allow our team to provide quality documents before County review. A detailed quality assurance (QA) plan will be incorporated into our project management plan. The project-specific QA plan includes schedules for interim checks and other QA activities consistent with the philosophy of “do the right thing right the first time.” Compliance with the QA plan is monitored by our Quality Managers in each office, and in turn overseen by senior management of the Company. COST CONTROL Design Process Develop Designs that Are Consistent with the Project Scope and within Funding Constraints Carollo has a history of effective and responsible performance with our clients. We understand that the work to be performed for your projects will vary in nature and require a tailored approach from the project manager to make sure that the deliverables and designs meet the needs outlined in the project scope, as well as to properly staff the project with team members who have the appropriate capabilities. The best indicator of our success in meeting our clients’ needs is the strong working relationships we have maintained with many of our largest clients. Over 80 percent of our work comes from such “repeat” clients. These long-term relationships reflect the quality of our work and our ability, project after project, to meet or exceed their expectations. We realize that the goals and needs of the project and the client are what are important. While we have design preferences based on our experience, we do not try to force-feed preconceived notions into our designs. We work to develop a collaborative approach, working with client staff to design systems that best serve their situation, as opposed to furthering the interests and egos of the consultant. We also assign an operations specialist to review the design details and include user group meetings with the plant operations staff during the course of our projects. This makes sure that our designs are easy to build and operate, and are a long- lasting asset to the community. Project success is as dependent on cost management as it is on technical quality. Carollo has an excellent track record in completing studies, facility plans, and design work within budget. Of more importance to our clients is our expertise at preparing realistic construction cost estimates during the planning and design phases. For planning-level projects, we have developed and used a set of cost curves for each major process structure in a treatment facility based on the schedule of values developed by the contractors in preparing their cost- loaded schedules. We understand that the County has funding constraints as well. Therefore, it is important that projects be tailored to fit within your funding availability. This involves not only ensuring that you have accurate cost estimates and that projects are completed within those estimates, but also that long-term projects are Our approach will focus on quality throughout all phases to deliver a project that is correct, on time, on budget, achieves the scope, and meets or exceeds your expectations. Total quality management from start to finish. INITIATE PLAN CLOSEOUT EXECUTE (Do) CONTROL (Check and Act) We appreciate and value the business relationship we have developed with Collier County and will continue to do our very best in all areas to deliver the highest possible level of service. Project Approach, Willingness to Meet Time and Budget Requirements V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\4-Project Approach.indd 6 appropriately phased with available funding. Carollo has assisted our clients in developing numerous phased project implementation schedules and capital improvement plans to fit their funding needs. Additionally, we have significant expertise in financial planning, rate and funding studies, and obtaining “other” funding, such as through grants. Our approach demonstrates how and why the Carollo management plan benefits Collier County by tailoring our service to the work that is being performed and by controlling the costs of these services. Every project has its own “character” when it comes to the timing and nature of activities involved. We attribute our ability to complete projects on time and within budget to careful management, continuous coordination of our staff and subconsultants, working hand-in-hand with our clients, appropriate and timely meetings or workshops, and a proven reporting and quality management system. Cost Control and Estimating Process One of Carollo’s main goals is to match project costs to available funds. An accurate cost estimate is an essential part of your project. The accuracy of cost estimates at any given time are subject to multiple factors including state of the economy, bidding climate, the cost of easement procurement, and quantity and quality of information available to prepare the estimate. At Carollo, we use cost estimating software based on the Rapid Access Cost Estimating (RACE) system published by Richardson Engineering Services. Modifications have been made to fit Carollo’s specifications and business practices and to provide a uniform standard baseline for cost estimates. In addition to estimating software, we believe the most reliable estimate is based on construction of similar facilities. We maintain construction cost records for previous projects similar in character, size, budget, and complexity. We will use these construction cost breakdowns to help estimate the costs for your projects. Cost Control for Construction Inspection Carollo has provided construction management (CM) and inspection services for hundreds of water and wastewater facilities throughout the United States. In the past 10 years, our firm has provided construction management services totaling over $2 billion. “Carollo has consistently demonstrated to us that they perform their services to the highest standard, give consideration to our needs and preferences and bring exceptional talent to the projects they undertake, whether they are operational enhancements for full scale designs of new treatment plant additions or processes, such as our new ion exchange project.” Maurice Tobon, P.E., former Director of Engineering Palm Beach County Water Utilities Department, FL Location V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\5-Location.indd 1 Evaluation Criteria No. 5: Location As this project centers on an existing, operating water treatment plant, the project team intends to communicate directly and frequently through formal and informal meetings at the SCRWTP to promote effective transfer of knowledge and ideas and allow direct inspection of existing equipment and operations. Essentially we will apply the philosophy that the spoken word is for communication and the written work is for documentation. The Carollo team will leverage ProjectWise® to support real-time sharing of project documents throughout the development of the project. Bentley® ProjectWise® – The current generation of online, collaborative servers offers our team capabilities for storing, managing, and controlling information and deliverables. Carollo uses Bentley® ProjectWise® on all of our projects. The system allows us to store drawings, specifications, technical memorandums, meeting minutes, and all other project files on an integrated system of secure, collaborative servers that can be accessed by the team and County staff via any Internet connection, anytime, anywhere. Some benefits of this approach include: • File Management – An automated check-in and check-out procedure means that the latest version of a document is always stored in the system, so that team personnel find the most current information every time. • Data Exchange – Improved efficiency, version control, and accuracy of data exchange increases productivity, minimizes rework, and keeps costs down. • Secure Access – Using ProjectWise®, we can manage, protect, and distribute data securely and reliably. Multiple levels of security, starting within the document storage level, give individual users or groups the appropriate access rights to project folders and specific workflow states of the documents. •Distributed Access – This system allows Collier County staff real-time access to the project files and the ability to provide electronic comments and mark-ups for our team to implement. It also makes file sharing between Carollo and the County seamless. Primary Carollo resources will provide support from our Palm Beach and Sarasota offices with construction- phase inspection services from Stantec’s Naples office. The Carollo Team will provide primary support from offices in Sarasota, Palm Beach, and Naples. Sarasota (Carollo) Palm Beach (Carollo) Naples (Stantec) SCRWTP Recent, Current, and Projected Workloads of the Firm V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\6-Firm Workloads.indd 1 Evaluation Criteria No. 6: Recent, Current, and Projected Workloads of the Firm We currently have a vast client portfolio in Florida, serving clients through stand-alone and continuing services contracts. Our southwest Florida client base includes water and/or wastewater work for Collier County, as well as Lee County, Hillsborough County, Manatee County, Sarasota County, St. Petersburg, and Punta Gorda, among others. AVAILABILITY OF KEY PERSONNEL Lyle Munce will be Project Manager and Chris Reinbold will be Project Engineer for Carollo. They are both committed to focusing on the SCRWTP Reactor Number Four project. This focus provides continuity and enhances our ability to provide responsive quality service. They are fully supported by our Florida- and firm-wide resources to successfully complete the Reactor project in an efficient, quality, and cost-effective manner. To support the concept of applying the best talent for specific assignments, our interoffice project delivery is proven and effective. All of our offices have full computer WAN capabilities and video conferencing to support team interaction. In addition, all of our projects are delivered through secure project websites, promoting seamless integration of the team, effective document version control, and complete and comprehensive documentation of all project records. CURRENT AND FUTURE WORKLOAD The current and predominant workload associated with the staff proposed for the SCRWTP Reactor Number Four project are on-going assignments for Collier County, Sunrise, and SFWMD. This work is now being completed by fully-staffed offices in Sarasota and Palm Beach County, supplemented, as needed, by professionals elsewhere in Florida and in other states. In order to continue to deliver our work in a timely, responsive, and efficient manner, Carollo has augmented our staff with several new hires over the past several months. This includes staff ranging from new graduates to veteran (water/wastewater) project managers with 20 years of experience. Additionally, Carollo has been actively engaged in recruiting staff at all levels that share our passion and culture as a water/wastewater only firm. We are now well poised to continue augmenting our staff to meet our growing backlog. The barrage of mergers and acquisitions in recent years has resulted in numerous highly talented and experienced engineers longing to return to a firm dedicated to water-related engineering. As the only firm in ENR’s top 500 that practices exclusively water/wastewater engineering, Carollo remains the employer of choice for such candidates and gives us a distinct advantage in matching current and future staff levels with workload in the most efficient and practical manner. In summary, and most importantly, we will develop a resource plan integral to the scope and schedule for the SCRWTP Reactor Number Four project to ensure availability and best use of key project team members during each phase of the project. The following page shows a preliminary resource plan for the project. All firms proposing for this work will promise to deliver when it comes to staff availability; Carollo’s best testament to our fulfilling that promise is our past performance—both in times of economic growth and economic downturn—for in all cases we stood firmly with our clients meeting budget, schedule, and their needs and expectations. We will do the same for Collier County! “We are quite satisfied with our experience working with Carollo Engineers, Inc. and have been thoroughly satisfied with the services we’ve received from Lyle Munce, P.E., Chris Reinbold, and the rest of their support team.” Timothy Welch, P.E., Utilities Director City of Sunrise, FL Recent, Current, and Projected Workloads of the Firm V:\Client50\Collier County\Prop\SCRWTPReactor_0118\InDesign\6-Firm Workloads.indd 2Key Staff Commitment (Percent Commitment, %)Month from Notice to ProceedKey Project Staff12345678910111213141516171819202122232425262728Lyle Munce (Project Manager)50302525202020202020202020202030101010101010152020202020Chris Reinbold (Project Engineer / Process Mechanical / Start-up/Commissioning)80805050504040404040303030204030201515151520253035405050Bob Cushing (Technical Advisor)50402525351515151515151515151515151515151515152535455050Vincent Hart (Technical Advisor)20201510101010101010101010101010101010101010101010152020Rich Warner (Structural)101010520101010105555555555555555555Joe Hanlon (E/I&C)40252525202020202020202020101010101010101010202530354040Arsalan Akram (Programming)555151515152525252555555555555252550808080Mike Morris (Constructability)2515151055252555555555555555555555David Hackworth (O&M / Start-up/Commissioning)201055105510555555555555555510151515Steve Martin (Site/Civil)101010520101010105555555555555555555Terry Dungan (Inspection) - - - - - - - - - - - - - - - -252525252525252525252525Collier SCRWTP Reactor Project Resource Plan Form 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. ALL PROPOSALS MUST HAVE THE RPS NUMBER AND TITLE ON THE OUTSIDE OF THE PACKET Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ Carollo Engineers, Inc. 401 North Cattlemen Road, Suite 306 Sarasota, Florida 34232 941-371-9832 rcushing@carollo.com Bob Cushing, Ph.D., P.E.1/5/2018 ________________________________________________________________________________________________________________________________________________________________ _________________________________________________________________ rcushing@carollo.com  CarolloEngineers,Inc. FEIN#:86Ͳ0899222 ContacteͲmailaddress:AccountsReceivable@carollo.com  DirectDepositviaACH(ACHCREDIT)  BankName:ZB,N.A. BankAddress:6001N24thStreet,Phoenix,AZ85016 BankPhoneNumber:602Ͳ235Ͳ6000 RoutingNumber:1221Ͳ0532Ͳ0 BeneficiaryAccountName:DepositoryNBA BeneficiaryAccountNumber:0560013387 AccountType:Checking Reference:(Pleaseincludeinvoicenumber(s))   InternationalWires  BankName:ZB,N.A. BankAddress:1SouthMainStreet,SaltLakeCity,Utah,84119 Swift#:ZFNBUS55 BeneficiaryBank:ZB,N.A. BeneficiaryBankRouting/Transit#:1221Ͳ0532Ͳ0 BeneficiaryAccountName:DepositoryNBA BeneficiaryAccountNumber:0560013387 Reference:(Pleaseincludeinvoicenumber(s))   Note:CarolloEngineers,Inc.authorizestheinitiatingofacreditentrybythepayor.However,the companydoesnotauthorizedebitentriesandadjustmentsforanycreditentriesmadeinerrorbythe payor.       Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://e-verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E- Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 3. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 6. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 7. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 8.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 9.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 10.The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 11.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 12.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 13. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 14. The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as Personal Identification Numbers and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 15. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 16. The Employer acknowledges that the information it receives from SSA through its Web Services Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: E-Verify Employer Agent is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 17. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 18. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 19. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 20. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 21. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1. The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2. The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3. The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: coordination with E-Verify. In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E-Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4. The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5. The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6. The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7. The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9. The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10. The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11. The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12. The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: published E-Verify rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13. The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14. The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15. When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16. If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17. The Web Services E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464- 4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 18. The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a. The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b. The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19. The Web Services E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Web Services E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your Web Services E-Verify Employer Agent services and any claim to that effect is false. 20. The Web Services E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The W eb Services E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: E-Verify verification of all existing employees within 180 days after the election. e.The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3.The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verif y. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1.SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services E-Verify Employer Agents must comply with federally- mandated information security policies and industry security standards to include but not limited to: a.Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. b.Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. c.National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d.International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: development or software to accommodate and act in a timely fashion should an error code be returned. 6. The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7. DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8. Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9. If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services E-Verify Employer Agent and its clients; 2. Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3. Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4. Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5. Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: 6. Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7. Implement procedures for detecting, reporting, and responding to security incidents; 8. Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9. In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10. DHS reserves the right to restrict Web Services calls from certain IP addresses. 11. DHS reserves the right to audit the W eb Services E-Verify Employer Agent’s application. 12. Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1. Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2. In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3. Any data transmission requiring encryption shall comply with the following standards: • Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256- bit encryption that has been validated under FIPS 140-2. • NSA Type 2 or Type 1 encryption. 4. User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5. The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: 3. DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4. Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1. The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2. DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: 3.A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Web Services E-Verify Employer Agent, its agents, officers, or employees. C. The Web Services E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Web Services E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Web Services E-Verify Employer Agent or the Employer. E. The Web Services E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: . Form 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2.Employer’s Liability $100,000 single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury 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 Contractor/Vendor/Consultant shall defend, 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 Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 5.Automobile Liability $500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6.Other insurance as noted: Watercraft $__________ Per Occurrence 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 $1,000,000 Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Technology Errors and Omissions $1,000,000 Per Occurrence Cyber Coverage $1,000,000 Per Occurrence 7.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. 8.Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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. 9.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. 10.Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11.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. 12.Thirty (30) Days Cancellation Notice required. RLC 6/30/2017 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 ________________ Carollo Engineers, Inc. January 5, 2018 Robert Cushing, Ph.D., P.E. 3JTL4USBUFHJFT$PNQBOZ 4BOEJ.PSFOP  ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 6WDWH RI )ORULGD 'HSDUWPHQW RI 6WDWH , FHUWLI\ IURP WKH UHFRUGV RI WKLV RIILFH WKDW 67$17(& &2168/7,1* 6(59,&(6 ,1& LV D 1HZ <RUN FRUSRUDWLRQ DXWKRUL]HG WR WUDQVDFW EXVLQHVV LQ WKH 6WDWH RI )ORULGD TXDOLILHG RQ 1RYHPEHU   7KH GRFXPHQW QXPEHU RI WKLV FRUSRUDWLRQ LV ) , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV SDLG DOO IHHV GXH WKLV RIILFH WKURXJK 'HFHPEHU   WKDW LWV PRVW UHFHQW DQQXDO UHSRUWXQLIRUP EXVLQHVV UHSRUW ZDV ILOHG RQ )HEUXDU\   DQG WKDW LWV VWDWXV LV DFWLYH , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV QRW ILOHG D &HUWLILFDWH RI :LWKGUDZDO *LYHQ XQGHU P\ KDQG DQG WKH *UHDW 6HDO RI WKH 6WDWH RI )ORULGD DW 7DOODKDVVHH WKH &DSLWDO WKLV WKH )RXUWHHQWK GD\ RI -XO\  7UDFNLQJ 1XPEHU &8 7R DXWKHQWLFDWH WKLV FHUWLILFDWHYLVLW WKH IROORZLQJ VLWHHQWHU WKLV QXPEHU DQG WKHQ IROORZ WKH LQVWUXFWLRQV GLVSOD\HG KWWSVVHUYLFHVVXQEL]RUJ)LOLQJV&HUWLILFDWH2I6WDWXV&HUWLILFDWH$XWKHQWLFDWLRQ 10:23:19 AM 9/20/2017 Licensee Details Licensee Information Name:HACKWORTH, DAVID JOEL (Primary Name) Main Address:824 LEMONT DRIVE NASHVILLE Tennessee 37216 County:OUT OF STATE License Mailing: LicenseLocation: License Information License Type:Professional Engineer Rank:Prof Engineer License Number:81745 Status:Current,Active Licensure Date:09/30/2016 Expires:02/28/2019 Special Qualifications Qualification Effective Mechanical 09/30/2016 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. Page 1 of 1DBPR - HACKWORTH, DAVID JOEL, Professional Engineer 9/20/2017https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=37D4A75365E7BB93887... 10:21:41 AM 9/20/2017 Licensee Details Licensee Information Name:MARTIN, STEVEN ARTHUR (Primary Name) Main Address:11716 TIMBERLINE CIRCLE FORT MYERS Florida 33966 County:LEE License Mailing: LicenseLocation: License Information License Type:Professional Engineer Rank:Prof Engineer License Number:65085 Status:Current,Active Licensure Date:09/13/2006 Expires:02/28/2019 Special Qualifications Qualification Effective Civil 02/16/2006 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. Page 1 of 1DBPR - MARTIN, STEVEN ARTHUR, Professional Engineer 9/20/2017https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=AB5F96A6C49553BDA5...