Loading...
Agenda 08/25/2020 Item #16C3 (09/08/2020 Item #16F1F for 08/25/2020 Absentia)16.C.3 08/25/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking for Request for Professional Services ("RPS") No. 20-7722, "Design Build Services for NCWRF Headworks" (Project No. 70149), and authorize staff to begin contract negotiations with the top -ranked firm, The Haskell Company, so that staff can bring an agreement back to the Board at a subsequent meeting. OBJECTIVE: To approve the selection committee's ranking and authorize staff to negotiate a contract to secure a firm to provide design and construction services for the North County Water Reclamation Facility Headworks. CONSIDERATIONS: The County initially constructed its North County Water Reclamation Facility ("NCWRF") in the late 1970s and it has had multiple expansions and upgrades since that time. The NCWRF's current capacity is approximately 24 million gallons per day ("MGD") and is anticipated, ultimately, to be expanded to 30.6 MGD. The headworks is a structure that receives all incoming flow from the entire north service area. Its multiple functions are to screen -out debris, remove grit, and split flow to various treatment areas in the plant. There is only one headworks, and if it were to fail, the results could be catastrophic. The headworks cannot be taken off-line for inspection and repair, but what can be seen indicates signs of structural aging. Further, the grit removal system is non-functional despite multiple repair and rehabilitation attempts. Without this critical operation, grit is dispersed throughout the plant and requires removal. After hurricane Irma, approximately 485 tons of grit was removed at a cost of $766,609 (See Attachment 1, Executive Summary, January 9, 2019, Agenda Item I IA). For the above - mentioned reasons, the headworks needs to be replaced as soon as possible. The County issued a design/build solicitation seeking to obtain a new headworks structure utilizing current process equipment, while maintaining plant operations and Florida Department of Environmental Protection ("FDEP") compliance at 30.6 MGD. Once the new headworks is complete, the existing headworks will be evaluated to determine if it can be cost-effectively rehabilitated to serve as a back-up. Due to the magnitude of the project, it will need to be funded by FY21 and FY22 budgets. On February 26, 2020, the Procurement Services Division issued a notice for RPS No. 20-7722, Design Build Services for NCWRF Headworks. One hundred and twenty-seven vendors viewed the solicitation, three interested vendors downloaded the solicitation documents, and staff received three proposals by the March 30, 2020, submission deadline. The County found all three firms responsive and responsible. A selection committee met on April 17, 2020, scored each of the proposals and shortlisted the following top three firms to move on to step 2, oral presentations: The Haskell Company, CDM Constructors, Inc. d/b/a CDM Smith, and Cardinal Contractors, Inc. (See Attachments 2, 3 and 4 for the solicitations and notice of recommended award.) On July 15, 2020, the selection committee reconvened and received the step 2 oral presentations, which resulted in the following ranking: Respondents: City County Final Ranking Responsive/ Responsible The Haskell Company Jacksonville, FL Duval 1 Yes/Yes CDM Constructors, Inc. DBA CDM Smith Fort Myers, FL Lee 2 Yes/Yes Cardinal Contractors, Inc. Bonita Springs, FL Lee 3 Yes/Yes For overall ranking including technical approach and presentation, The Haskell Company scored 417.2 points, CDM Constructors, Inc. scored 380.4 and Cardinal Contractors, Inc. scored 374.0. Staff is Packet Pg. 80 08/25/2020 16.C.3 recommending that the Board approve the selection committee's ranking and authorize staff to commence contract negotiations with the top ranked firm, The Haskell Company. In the event that staff is unable to negotiate an agreement with The Haskell Company, it will continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board's consideration. Approval of the following documents by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, the document(s) shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: There is no fiscal impact associated with this action; however, the submitted guaranteed maximum price of the number one firm is $28,738,890. To make funding available for this high priority project Staff anticipates a reprioritization of projects programmed in the FY 21 Sewer User Capital Fund (414) budget. Accordingly, Budget Amendment authorization will be requested when the negotiated contract is brought back to the Board for approval. GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the County's Growth Management objectives and produces no negative impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee's ranking for Request for Professional Services Number 20-7722, "Design Build Services for NCWRF Headworks" (Project No. 70149), authorize staff to enter into negotiations with the number one ranked team, The Haskell Company and, if an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that staff can bring a proposed negotiated agreement to the Board for approval at a future meeting. Prepared by: Craig J. Pajer, P.E., Principal Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1 - Agenda 01 09 2018 Item 11A (PDF) 2. Attachment 2 - 20-7722 Solicitation (PDF) 3. Attachment 3 - Design Build Step 2 Solicitation (PDF) 4. Attachment 4 - 20-7722 NORA (PDF) 5. Attachment 5 - 20-7722 Final Ranking_ (PDF) 6. [Linked] Attachment 6 - Proposal from The —Haskell —Company (PDF) Packet Pg. 81 16.C.3 08/25/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doe ID: 13160 Item Summary: Recommendation to approve the selection committee's ranking for Request for Professional Services ("RPS") No. 20-7722, "Design Build Services for NCWRF Headworks" (Project No. 70149), and authorize staff to begin contract negotiations with the top -ranked firm, The Haskell Company, so that staff can bring an agreement back to the Board at a subsequent meeting. Meeting Date: 08/25/2020 Prepared by: Title: Project Manager, Principal — Public Utilities Planning and Project Management Name: Craig Pajer 08/11/2020 2:38 PM Submitted by: Title: Division Director - Public Utilities Eng — Public Utilities Planning and Project Management Name: Tom Chmelik 08/11/2020 2:38 PM Approved By: Review: Water Steve Messner Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Public Utilities Planning and Project Management Tom Chmelik Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Public Utilities Department Dan Rodriguez Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer Office of Management and Budget Laura Zautcke Additional Reviewer County Manager's Office Leo E. Ochs Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 08/11/2020 2:44 PM Completed 08/11/2020 3:38 PM Additional Reviewer Completed Completed 08/14/2020 2:05 PM Completed 08/14/2020 5:22 PM Completed 08/17/2020 3:46 PM Completed 08/18/2020 8:48 AM Completed 08/18/2020 10:30 AM Completed 08/18/2020 11:05 AM Completed 08/18/2020 2:48 PM Completed 08/18/2020 3:07 PM Completed 08/19/2020 1:55 PM Completed 08/20/2020 4:17 PM Completed 08/21/2020 11:05 AM Completed 08/21/2020 3:10 PM 08/25/2020 9:00 AM Packet Pg. 82 16.C.3.a 01 /09/2019 EXECUTIVE SUMMARY Recommendation to waive competition as a single source vendor and award a contract to US Submergent Technologies in an estimated amount of $1,000,000 for the removal of sand, grit and debris at the North County Water Reclamation Facility resulting from Hurricane Irma recovery operations under Project No. 50154. OBJECTIVE: To remove sand, grit and debris at the North County Water Reclamation Facility (NCWRF) to maintain continued wastewater treatment operations. CONSIDERATIONS: The proposed scope of work under Project No. 50154 is consistent with the Capital Improvement Program (CIP) contained in the 2017 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master PlanICIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015, as Agenda Item 9C, Appendix III of the 2015 AUIRICIE. Funding is available in, and is consistent with, the FY2018 CIP Budget. On September 10, 2017, Hurricane Irma caused the loss of electrical power throughout the county's wastewater service area. This required the use of approximately 125 wastewater pumper trucks furnished by local and emergency contractors as well as standby generators and diesel pumps to maintain the system. The wastewater pumper trucks were dispatched to wastewater pump stations that were without power to remove wastewater and transport it to other wastewater pump stations that had stand-by generator power and to the county's wastewater treatment plants. Six manholes within the NCWRF site were used to empty the wastewater from the pumper trucks. Conveyed wastewater flowed to an internal pump station that bypasses the plant's screening and grit removal operations. Upon completion of Hurricane Irma emergency operations, NCWRF staff noticed a significant quantity of grit accumulation. Staff attributed the grit to the pumper truck operations since grit removal operations were performed this past spring by US Submergent Technologies (USST) as a subcontractor to one of the county's fixed term underground contractors. Grit removal operations were also performed six years ago. The accumulation of this material adversely impacts plant operations as it restricts flow, reduces capacity to treat wastewater and increases wear and tear of the treatment equipment due to the abrasive nature of the grit. The South County Water Reclamation Facility (SCWRF) does not have the same configuration as the side stream enters the treatment process before the grit system. USST estimates there are 570 tons of sand, grit and debris accumulated at the NCWRF. At a rate of $1,648.76/ton, current removal costs are estimated to be $939,795.00 (based on a time and material and unit cost quote basis. A third -party opinion provided by Stantec Consulting Services, Inc., (Attachment 1) supports staffs assessment. Because USST is uniquely qualified to perform this work, staff is requesting an Exemption from Competition so that these unique services can be acquired directly from the vendor without markup by fixed -term contractors. USST utilizes patented equipment to perform this work as outlined in Attachment 2. Staff researched other vendors that could possibly perform this work and found only one other potential alternative vendor revealed its equipment to have approximately one third the capacity of USST. Pursuant to Section Eleven, sub -paragraph 1 i of the Collier County Procurement Ordinance 13-69, as amended, Staff request that the Board of County Commissioners find that it is in the best interest of the county to waive formal competition and all labor, supervision, material, and equipment for the removal of sand and grit/rag from various structures from USST as a single source vendor. FISCAL IMPACT: Costs are expected not to exceed a maximum amount of approximately one million Packet Pg. 83 16.C.3.a 01 /09/201 H dollars ($1,000,000). A budget amendment is required to move $1,000,000 from Water Reclamation Facilities Project 70148 to Project No. 50154 (Hurricane Irma). Staff analyzed current and future needs to be funded from the cited project to assure that the budget amendment will not affect current and future financial commitments. Because the additional sand, grit and debris was a result of Hurricane Irma emergency operations, the project may be eligible for public assistance through the Federal Emergency Management Agency (FEMA). The County will be submitting a Project Worksheet (PW) seeking 75% reimbursement. Site visits have been held with the county's FEMA consultant, and staff has begun consultation with FEMA representatives in anticipation of applying for reimbursement. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the viability of public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the Exemption from the Competitive Process as a single source waiver for US Submergent Technologies, LLC for a period of one year, and authorize the Chairman to execute the attached agreement and approve the requested budget amendment. Prepared by: Craig Pajer, P.E., Public Utilities Engineering and Project Management, Principal Project Manager ATTACHMENTS 1. Attachment 1 - North County WRF Emergency Grit _ltr_201801021 (PDF) 2. Attachment 2 - USST Exclusivity Explanation September 2017 (PDF) 3. Attachment 3 - General Service Agreement (Non -Solicitation) US Submergent Tech 010218 ST (PDF) 4. Attachment 4 - Waiver Request 272 - Environmental Products (PDF) 5. Attachment 5 - USST Business Case (PDF) Packet Pg. 84 16.C.3.b collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR Design Build Services of New NCWRF Headworks RPS NO.: 20-7722 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geof£Thomas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 85 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.C.3.b REQUEST FOR PROFESIONAL 20-7722 SERVICES (RPS) NUMBER: PROJECT TITLE: Design Build Services of New NCWRF Headworks PRE -PROPOSAL CONFERENCE: None LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PROPOSAL OPENING March 301, 2020; 3:OOPM EST DAY/DATE/TIME: PLACE OF PROPOSAL OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hlWs://www.bidsync.com/bidsync-cas/ As requested by the Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Design Build Firms/Partnerships in accordance with the terms, conditions and specifications stated or attached. The Team, at a minimum, must achieve the requirements of the Specifications or Scope of Work the County is interested in receiving qualifications and proposals from experienced design -build teams for the design and construction of a new North County Water Reclamation Facility (NC)VRF) headworks. The property is located at 10500 Goodlette Frank Road, Naples FL 34109. The project information included in this RPS-Initial Qualifications Submittal is preliminary in nature. More definitive and detailed information will be provided during the second phase of the RPS. At the County's option, the services may be contracted to the extent required by the County. There is no contract guaranteed as a result of being shortlisted or top -ranked through this solicitation. All interested Proposers shall be required to comply with Florida Statute 287.055, Design -Build requirements. Proposers will also be required to comply with the County's Procedures for Contracting for Design -Build Services. All short-listed Proposers will be required to post a Proposal Bond at the second step of the RPS response and will be required to comply with all Collier County's Professional Services bonding and insurance requirements. Collier County's North County Water Reclamation Facility (NCWRF), located at 10500 Goodlette Frank Road, Naples FL 34109, was initially constructed in the late 1970s and has had multiple expansion and upgrades since that time. It currently capacity is approximately 24 MGD and is anticipated to ultimately be expanded to 30.6 MGD. The existing headworks consisting of screening, aerated grit removal, and flow splitting is showing signs of aging and needs to be replaced. The goal of this solicitation is to provide a new headworks structure while maintaining plant operations and FDEP compliance. Time is of the essence in completing this project. I AL TERM OF CONTRACT County reserves the right to modify this scope during negotiations for any reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. Packet Pg. 86 The selected design -build team shall perform a comprehensive design of Collier County Water -Sewer District (CCWSD) owned Northeast Wastewater Treatment Plant and complete the construction of the proposed improvements. The selected Design -Build team will perform design, prepare construction plans, prepare project specifications, prepare contract documents, permitting, prepare guaranteed maximum price (GMP), prepare project schedule, construction, construction administration services and construction engineering and inspection services. Proposed Improvements: Complete comprehensive Class 1 reliable electrical service to constructed facilities will need to be constructed/provided. Other required facilities may need to be constructed as authorized by Collier County. Specific Objectives: • Maintain plant operations without interruptions • Maintain FDEP compliance • Construct compliant headworks as specified PRELIMINARY DESIGN CRITERIA INFOMATION The Design Criteria Professional for this project is Craig J. Pajer, P.E., Principal Project Manager with Public Utilities Engineering and Project Management Division. REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 The selection process will involve a two-step proposal review to minimize Proposers' costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal (in response to this RPS - Initial Qualifications Submittal) based on the criteria in item 1.8 Grading Criteria for Development of Shortlist, which will be the basis for short -listing no less than three (3) firms. The COUNTY will then issue a RPS - Step 2, which will include the Design Criteria Package, after which time the short- listed firms will submit final technical and pricing proposals and be invited for oral presentations. In Step 2 of the RPS, the COUNTY will invite the short-listed firms to propose a Guaranteed Maximum Price (GMP) and a guaranteed schedule, based on the Design Criteria Package and other contract documents. The GMP must include all design and construction costs. A Proposal Bond will be required during Step 2. Also, during Step 2 of the RPS process, other information, including but not limited to clarifying questions or interviews, may be requested and evaluated. The Proposers will need to meet the minimum requirements outlined in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will enter into negotiations with the top ranked firm. With successful negotiations, a contract will be developed with the selected firm, based on the GMP and technical components. 1.2 The COUNTY will use a Selection Committee in the RPS selection process. 1.3 The intent of the Step 1, scoring of the qualifications proposal, is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the top three (3) short-listed firms will be requested to submit Step 2, and to make oral presentations. 1.5 The scores from the RPS - Step 1 used for short -listing for this Project will not be carried forward for the Step 2 of this selection process. 1.6 The intent of the Step 2 is submit final technical and pricing proposals and to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final ranking. 1.7 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. Packet Pg. 87 1.1 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: STEP 1 Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 30 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 30 Points 4. Location 15 Points 5. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive*** EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (30 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team's qualifications to successfully complete the project. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. The use of minority subconsultants or subcontractors does not satisfy this requirement. EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (30 Total Points Available) This criterion measures the professional team's experience with projects similar in size, type and complexity as this project. The professional teams will be evaluated on their wastewater treatment plant design and construction projects of the size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team's minimization of change orders will be an important consideration. Preference will be given to wastewater design/build projects constructed within the last ten (10) years in proximity to the proposed project. The County requests that the vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B — Form 8. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO.4: LOCATION (15 Total Points Available) The professional team's approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will Packet Pg. 88 16.C.3.b establish the project location in order to manage day-to-day or on -site information collection and distribution internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO.5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team's proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal 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. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State — hlW:Hdos.myflorida.com/sunbiz/ (If work performed in the State) E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 89 16.C.3.c Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) — STEP 2 In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR DESIGN -BUILD OF NCWRF Headworks RPS NO.: 20-7722 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geoff.Thomas@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 90 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.C.3.c REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 20-7722 PROJECT TITLE: Design Build Services for NCWRF Headworks PRE -PROPOSAL CONFERENCE: None LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RPS OPENING DAY/DATE/TIME: June 6, 2020 at 3:00 PM PLACE OF RPS OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hlWs://www.bidsync.com/bidsync-cas/ INTRODUCTION Through the issuance of this Request for Professional Services — Step 2 (RPS — Step 2), the Public Utilities Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") is hereby soliciting sealed Technical Proposals, Guaranteed Maximum Price (GMP), and Presentations for a contract to perform Design -Build ofNCWRF Headworks (Project). The issuance of this RPS - Step 2 is the second step in a two-step solicitation process for the Project. By utilizing a Design -Build (D-B) project delivery approach, the County expects to secure substantial benefits. These expected benefits include timely and efficient scheduling, optimal risk allocation, competitive design selection, innovation, clear assignment of performance responsibilities to a single contracting entity, long-term reliability, and life -cycle cost savings. Another expected benefit is the full integration of key design, construction, and quality assurance/quality control (QA/QC) personnel in all aspects of the Project. The intent in developing this RPS - Step 2 is to encourage the Proposers to provide the best solution for the Project, consistent with the Project goals and requirements as defined. Proposers should carefully review this RPS - Step 2 to ensure a clear understanding of the Project's needs, objectives, work scope, and requirements. Only the shortlisted firms from the Step 1 process are eligible to respond and those firms are listed below: CDM Smith Haskell Cardinal Contractors, Inc. BACKGROUND Collier County's North County Water Reclamation Facility (NCWRF), located at 10500 Goodlette Frank Road, Naples FL 34109, was initially constructed in the late 1970s and has had multiple expansion and upgrades since that time. It currently capacity is approximately 24 MGD and is anticipated to ultimately be expanded to 30.6 MGD. The existing headworks consisting of screening, aerated grit removal, and flow splitting is showing signs of aging and needs to be replaced. The goal of this solicitation is to provide a new headworks structure while maintaining plant operations and FDEP compliance. DESIGN CRITERIA PROFESSIONAL The Design Criteria Professionals for this Project is Collier County and the County has the responsibility for developing and ensuring compliance with the Design Criteria Package for the Project. The Design Criteria Professional shall also provide assistance to the County as necessary in Project oversight, design reviews, construction monitoring, start-up assistance, and environmental compliance. All short- 20-7722 Design Build Step — 2 Packet Pg. 91 16.C.3.c listed Proposers will be provided with the Design Criteria Package which describes the minimum scope and required quality to and construction of the project, and it also provides additional relevant information about the project. The Design Criteria Package generally provides for less than 30% completion level of the design documents and in no way is it represented as being final construction documents. The Design Criteria Package has not undergone regulatory review and it does not include all the details necessary to identify all materials and items to construct the project. It will be the Design -Builder's responsibility to develop complete construction documents with all necessary details commensurate with the scope and quality indicated in the Design Criteria Package and to meet all regulatory requirements. Each Proposer shall certify on a Certification Form provided that the Proposer acknowledges, understands and agrees that the Design Criteria Package and other project information provided do not constitute construction documents and do not reflect all of the design, permitting, regulatory, and construction requirements for the project, and that, notwithstanding the above, these documents are sufficient in all respects for purposes of the Proposer's preparation and submittal of its Proposal. Proposers are advised that in no event shall a Proposer include any employee of the firm listed above (nor any employee of Collier County) as part of its team for the Project. All communications with the County or Design Criteria Professionals regarding this procurement shall be in accordance with the applicable sections of this RPS - Step 2. PROCUREMENT OVERVIEW AND OBJECTIVES By utilizing a D-B project delivery approach, the County expects to secure substantial benefits. These expected benefits include efficient and cost-effective design, construction and operation, optimal risk allocation, competitive design selection, and clear assignment of performance responsibilities to a single contracting entity. Other expected benefits include the full and appropriately -balanced integration of key design, construction, and QA/QC personnel in all aspects of the Project development. The County's project objectives are to ensure: • An overall positive outcome and experience for the communities involved. • Environmental protection through compliance with all regulatory requirements. • Compliance with other performance guarantees identified in the Agreement. • Project completion on schedule. • A safe Project construction and operating environment. • Good neighbor attributes to adjacent properties in terms of noise, vibration, dust, odors, traffic, and lighting impacts. • Efficient and cost-effective design, permitting, and construction. • A high degree of coordination between the design, permitting, and construction elements. • Ease of operations and maintenance. • Consideration and ease of expandability. • A high degree of security for the Project Sites. • Construction of an aesthetically -pleasing Project. • Successful integration of work completed by others. The County desires to optimize creativity, cost -competitiveness and efficient delivery in the D-B process and will therefore provide some flexibility to Proposers with respect to the design and other applicable elements affected by the overall Program. Nevertheless, it is critical that proposed equipment and designs have been proven to meet the performance requirements of this RPS - Step 2. The proposed project will be subject to all required regulatory approvals including, but not limited to, the Florida Department of Environmental Protection (FDEP), the Southwest Florida Water Management District (SWFWMD), the United States Army Corps of Engineers (USACE), and all applicable County and regulatory agencies policies and requirements. The County's schedule expects completion of the Project as noted in the Design Criteria Package. These milestones are a key factor for implementation of the Project using the D-B procurement method. The Board of County Commissioners (BOCC) approved implementation of this Project using the D-B procurement method and solicitation of the RPS - Step 1 and this RPS - Step 2. It is the County's intent to establish a working partnership among all Project participants - County staff, the Design Criteria Professional, and the Design -Builder. SERVICES SUMMARY The County believes the D-B procurement method will accomplish its objectives. To achieve the optimal benefit from this process, the County prefers that the Proposer's Project team be one that is a truly integrated team with a genuine, collaborative philosophy. Such a team would integrate the two prime roles of designer and builder. These prime roles would be integrated in a manner that supports collaboration and high performing team concepts. This team structure should share risk and reward, contain proper incentives, and allow for the routine conflict resolution of the issues that typically arise among these two prime roles. The Design -Builder shall provide the County with the following integrated D-B services: 20-7722 Design Build Step — 2 3 Packet Pg. 92 Overall Project Coordination 16.C.3.c o Leadership, coordination and communications with internal and external entities to ensure project success o Community outreach, input and information to appropriately engage the community and County personnel, and ensure that overall needs are met o Coordination of activities that interface with other ongoing and planned County projects in the area and related to this Project • Design & Permitting: o Design of the project and all associated elements outlined o Comprehensive permitting of all elements of the project as described in the Design Criteria Package Construction: o Construction management and administration o Construction of the project and all on -site and off -site elements of the project as defined o Seamless maintenance of operations thorough coordination with all project team members o Completion of installation and start-up of all required equipment and systems as well as performance and acceptance tests (where applicable) o Completion of training of County personnel on individual systems and complete facility operation and maintenance requirements (where applicable) o Demolition and Repurposing of existing resources, including transfer to the County of Salvaged Equipment (where applicable) o Other requirements as mandated by the Agreement o Optional construction (where applicable) In providing these services the Design -Builder shall, at all times, comply with the following: • Design criteria and performance standards outlined in the Design Criteria Package • Measures set forth in all approved permits issued by relevant agencies • Design review/approval processes as detailed in this RPS - Step 2 • County and industry design and construction standards GRADING CRITERIA FOR DEVELOPMENT OF FINAL RANKING: For the development of a FINAL RANKING, this evaluation criterion will be utilized by the County's Selection Committee to score and rank each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: STEP 2 Evaluation Criteria Maximum Points 1. Technical Proposal 2. Guaranteed Maximum Price (GMP) 3. Oral Presentation 30 Points 50 Points 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: TECHNICAL PROPOSAL (30 Total Points Available) The Proposer shall provide the appropriate information in accordance with the content requirements set forth in this RPS - Step 2. No reference to information or details of the Proposer's GMP shall be included in the Technical Proposal. Proposers are advised that, if selected, as part of the contract preparation phase, portions of the information contained in the Successful Proposal could be included or integrated in the Agreement as necessary. The County reserves the right to include (or exclude) any information submitted in the Proposal in the final Agreement. 20-7722 Design Build Step — 2 Packet Pg. 93 16.C.3.c Section 1.0 - Transmittal Letter and Executive Summary_(8 pages max.) Together with its Proposal, the County must receive one original, fully executed Proposal Transmittal Letter from the Proposer acknowledging, among other things, that the Proposer has completely reviewed, understands, and agrees to be bound by the requirements of this RPS - Step 2 including all addenda. The transmittal letter shall also clearly note receipt of all addenda (by addenda numbers) and shall list the principal contact person for the Proposer, their phone number, email address, and street address. The Proposal Transmittal Letter shall be executed by a representative of the Proposer who is empowered to sign it and to commit the Proposer to the obligations contained in the Proposal. If the Proposer is a partnership, the Proposal shall be signed by one or more of the general partners. If the Proposer is a corporation, an authorized officer shall sign his or her name and indicate his or her title beneath the full corporate name. Anyone signing the Proposal as an agent shall file with it legal evidence of his or her authority to execute such Proposal. The Proposer shall submit a Project Executive Summary of the key aspects of the Proposal. The Project Executive Summary should briefly describe the Proposers understanding of the County's goals and objectives for the Project, provide notification of any changes to the Proposer's key team members, the Proposer's design -build delivery plan, an overview of the design and construction plans, noise and odor abatement, management of construction impacts to surrounding community, coordination of construction to minimize impact to maintenance of operations, construction traffic control plan, site security plans, public outreach concepts, innovative approaches to project design and/or delivery, demolition and restoration, and other significant aspects of the Proposal. Small scale graphics and architectural renderings of the new and restored site may be incorporated into the Project Executive Summary within the specified page limitations. Section 2.0 — Project Team Approach (10 pages max) This section of the Proposal shall describe the proposed approach the Proposer's Project Team will utilize to address all facets of the project. A written overview should outline team aspects of overall delivery of this project, addressing the team's approach to management, staffing and execution of the project with consideration given to the location of key resources to accomplish the work. This section should include details on how the design -build teams will address the significant personnel resources to complete the design and construction of the project and within the proposed schedule. The Proposer should illustrate to the County how resources will be assigned and managed to meet each phase and each major element of the project. A detailed project schedule should accompany the information provided to outline the major tasks, relationships between the tasks, the resource allocations by task, and considers all elements and requirements outlined in the Design Criteria Package and this RPS — Step 2. The Proposal shall include a Project Critical Path Method (CPM) schedule that presents the major activities necessary to implement the D-B Project. The schedule should commence with the Notice to Proceed with Design Date and extend to Final Completion, including distinct design, permitting, procurement, construction, etc. The Proposer should indicate proposed task start and finish dates and key interim milestones. Proposers shall also identify anticipated County actions and suggested County review periods during design. Proposer should discuss items that may impact the critical path and how these items will be mitigated. Proposers should recognize that the information provided in RPS — Step 1 was used as a basis for short -listing Proposers. Therefore, any changes in any information in the Proposer's submittal including but not limited to personnel, subcontractors, partners, and their personnel or financial capability of the Proposer, found to be unacceptable by the County may result in disqualification of the Proposer, or a deduction in points as deemed appropriate. Therefore, changes to the Proposer's project team, particularly the proposing entity, subcontractors, and personnel, unless it is viewed by the County as an enhancement to the Project Team, shall not be allowed in the step except for extenuating circumstances, such as corporate takeovers, buyouts, and other unforeseen changes. If extenuating circumstances cause a change to the Proposer's team following shortlisting, the change must be clearly identified in Section 3 of the Proposal, with a clear and complete explanation. Proposers may enhance their teams at any time prior to submission of Proposals by adding additional personnel and subcontractor members. Information on additional personnel will be included in the page limit for Section 3. Section 3.0 - Technical Information (no page limit) This section shall present the technical aspects of the Proposer's plan to implement the Project. The project design and construction plans shall be in sufficient detail so that the County can ascertain the Proposer's ability to comply with, the RPS — Step 2, including the Design Criteria Package and applicable regulatory requirements and industry standards. Proposal text, which provides an explanation of a rationale behind the design, including descriptions of the benefits of the proposed design shall be provided in narrative sections of the Proposal. 20-7722 Design Build Step — 2 Packet Pg. 94 16.C.3.c The Proposer shall provide a clear and detailed description of the Project. All major components shall be described, including all infrastructure, site development, mitigation (if applicable), demolition and repurposing and any enhancements, access roads, and elements to address community impacts and permit requirements, as noted throughout the RPS. The Proposer shall outline all technical elements that shall be included in order to demonstrate compliance with the County standards and operational requirements. Enhanced technical features that meet the Design Criteria and that the Proposer feels enhance the value of the proposed Project, shall be described in this section of its Proposal. EVALUATION CRITERIA NO. 2: GUARANTEED MAXIMUM PRICE (50 Total Points Available) A Proposal submitted in response to this RPS - Step 2 shall contain a Guaranteed Maximum Price that fully conforms with and satisfies the format and content requirements described herein and on Guaranteed Maximum Price Form. The Guaranteed Maximum Price must be submitted separately in a sealed envelope and mail to: PROCUREMENT SERVICES DIVISION ATTN: STRATEGIST SOLICITATION # & TITLE 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 EVALUATION CRITERIA NO.3: ORAL PRESENTATION (20 Total Points Available) All proposers invited to participate in this RPS — Step 2 will provide a thirty (30) minute oral presentation to the selection committee and allow for a fifteen (15) minute questions and answer period after. The content of the oral presentation must be applicable to the submittal for this step with no disclosure of the total Guaranteed Maximum Price. The proposer can discuss how the GMP was obtained; however, the final amount will be revealed at the time of scoring. 20-7722 Design Build Step — 2 Packet Pg. 95 DocuSign Envelope ID: OA5CA94D-F955-438F-838E-34EBBB7C51CO ,, A2x 001[iev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7722 Title: Design Build Services for NCWRF Headworks Due Date and Time: March 30, 2020 16.C.3.d Respondents: Company Name City County State Final Ranking Responsive/Responsible The Haskell Company Jacksonville Duval FL 1 Yes/Yes CDM Constructors, Inc. DBA CDM SMITH Ft. Myers Lee FL 2 Yes/Yes Cardinal Contractors, Inc. Bonita Springs Lee FL 3 Yes/Yes Utilized Local Vendor Preference: Yes = No - Recommended Vendors) For Award: On February 26, 2020 the Procurement Services Division released notices of Request for Professional Services 20-7722 Design Build Services for NCWRF Headworks. 127 vendors viewed the solicitation. Three (3) proposals were received by the due date of March 30, 2020, as shown above. The three (3) proposers were found to be responsive and responsible. The Selection Committee met on April 17, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: The Haskell Company CDM Constructors, Inc. Cardinal Contractors, Inc. On July 15, 2020, the Selection Committee reconvened for step 2, Presentations were given, and the Committee ranked the firms as follows: The Haskell Company, Ranked as Number 1 CDM Constructors, Inc., Ranked as Number 2 Cardinal Contractors, Inc. Ranked as Number 3 Staff is recommending negotiations with the top ranked firm, The Haskell Company by: Reauired Signatures Project Manager: Craig Pajer I Cum' P4" o/'+/LVLV -34UJ1.34rLb25 DocuSigned by: 8/4/2020 Procurement Strategist: Geoff Thomas I Qt4T"A4 Procurement Ser�iceSS Director: \—EA0o8565F5F142B... ocu Igoe by: 8/4/2020 3ECCC82796554F5... Sandra Herrera Date Packet Pg. 96 16.C.3.e C CMO ama�s�a�, RPS #: 207722 Title: Design Build Services for NCWRF Headworks Selection Committee Final Ranking Sheet Committee Committee Committee Committee Committee Member Member Member Guaranteed Selection Committee Name of Firm Member Member Total Total Overall Score Robert Wayne Corinne Maximum Price Final Rank Dennis Mccoy Robert Edge Vonholle Karlovich Trtan Haskell 44 48 46 41 44 223 $28,738,890.00 194.2 417.2 1.0000 CDM Smith 47 50 49 50 43 239 $33,701,020.00 141.4 380.4 2.0000 Cardinal Contractors, Inc. 40 20 36 5 23 124 $23,495,000.00 250.0 374.0 3.0000 Procurement Professional Geoff Thomas LL. U Z L C d U co M c al 0 M Page 1 of 1 Packet Pg. 97 ru, lop i Table of Contents Cover Letter Ability of Professional Personnel Certified Minority Business Enterprise Past Performance Location Recent, Current and Projected Workloads ■ of the Firm 1 Required Forms 'IASKELL AECOM Bryan Bedell. DBIA �/ HASKELL vice President 9160 Forum Corporate Parkway, _ A=COM Suite 350 Fort Myers, FL 33905 P: 239.789.4848 March 30, 2020 bryan.bedell@hasl<ell.com ATTN: Geoff Thomas, Procurement Strategist Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, Florida 34112 We Create Things That Matter Submitted via BidSync RE: Design Build Services for the NCWRF Headworks, RPS No.: 20-7722, Step 1 Schedule Matters Dear Selection Committee Members: This project's success is tied to its on -time delivery. Our The Haskell-AECOM Team recognizes the vital role that the North County Water scheduling expertise and Reclamation Facility (NCWRF) plays for Collier County (the County), which provides systems, combined with our fast -tracking of the schedule, nearly 60% of the permitted wastewater treatment capacity in the Collier County Water- will ensure we meet, or even Sewer District (CCWSD). Paramount to the functionality of this key facility is the influent exceed, expectations. headworks structure. During our meetings with County staff, we heard your concerns about the poor condition of the headworks due to lack of access/ability for regular and critical maintenance. The screens have difficulty managing larger material, which System Reliability and accumulates and causes additional maintenance. The existing headworks do not have Sustainability Matters adequate flow metering nor a functioning grit removal system, causing downstream issues for the rest of the NCWRF. Without a timely repair, the headworks facility will continue Our team will eliminate single points of failure, ensuring to deteriorate and the downstream impacts will increase. Due to the importance of this your NCWRF headworks are project, Collier County must select a design -build team that: reliable and resilient. ♦ Has the appropriate scheduling expertise and systems in place to ensure the NCWRF Headworks project is completed safely, quickly and efficiently Resources Matter ♦ Creates a headworks with reliability and sustainability while maintaining flow metering, screening, grit removal and odor control throughout the project duration We are ready and available for this project, from every ♦ Has the resources to ensure this project is delivered on time, on budget and with angle. Our team is designed excellence, with a focus on our team's availability to meet your needs and built to deliver excellence ♦ Has a proven track record of success, both with Collier County as well as other to you. municipalities on design -build wastewater projects We are that team! Track Record Matters Ill Schedule Matters Haskell earns an 80% repeat client base, while AECOM Due to the fact the existing headworks does not have a functioning headworks, is in poor has partnered with the County structural condition and its inability to properly isolate and maintain equipment, schedule for over 30 years. These is of the utmost importance on your project. Integrating design and construction activities established relationships on a fast -track basis is typical for all of our projects. This integration allows long -lead time provides the County with an purchases to be made early in the design phase, significantly reducing the project duration efficient, experienced team delivering customer-focused as well as cost. As further schedule control, we will self -perform key components of the solutions. critical path, such as process mechanical and concrete. ► System Reliability and Sustainability Matters A major tenet of the Collier County Public Utilities Department's guiding principles is system reliability and sustainability. Our team will produce an integrated design that eliminates single points of failure, creating system reliability and sustainable operation and maintenance. This integrated design will facilitate efficient construction March 30, 2020 Page 2 Our Team of Experts Carefully Selected to Lead the NCWRF Headworks Project Brian Stitt Design -Build Project Manager Ronald Cavalieri David Rieken, Jr. Design Manager Construction Manager ,a t� Cheryl Robitzsch Design -Build Coordinator Paul Moulton Headworks Design Lead of the facility to satisfy future projected flows. Our design will provide the ability to isolate all mechanical components and flow channels to facilitate maintenance and will be modular to allow for any future upgrades. Each element will be planned to maximize sustainability and use of materials and equipment that balance proven reliability, technology, maintainability and longevity. ► Resources Matter Our commitment to providing Collier County with all necessary personnel can be seen in our organization chart and project structure, as key positions are held by both The Haskell Company (Haskell) and AECOM team members. The Haskell-AECOM Team will be a true partnership and Haskell's ability to self -perform critical scopes of work ensures our team's adherence to schedule and budget. Additionally, we have partnered with several local companies to create as much economic stimulation for our community as possible. Backed by Bryan Bedell from Haskell with full legal authority to commit any and all company resources, our team is ready and available to deliver this important project for our community. Our team has the availability and access to all necessary resources to successfully deliver your project. ► Track Record Matters AECOM has served Collier County for over 30 years, completing many important projects under stand-alone and continuing service contracts, including upgrades to the NCWRF. We have the institutional knowledge of the NCWRF and collection system, allowing us to optimize design and maintenance of plant operations (MOPO) during construction. We have served as the professional engineering consultant to Collier County since 2005, delivering more than 100 assignments on a wide range of technical areas, including wastewater treatment facilities, SCADA and instrumentation and controls (I&C), pumps/pipe/valves, electrical systems and CEI services. Our team is the County's MPS 306 wastewater basin analysis program consultant, beginning in 2012 and nearing completion, and has received high praise by County staff. We also are the County's SCADA and I&C consultant assigned to the NCRWTP, which gives us a thorough understanding of the County's communication protocols. Our team has an excellent understanding of the County's design and construction standards and is currently conducting a process capacity evaluation of the County's NCWRF as part of the ongoing public utilities master plan update. Haskell is one of the leading design -builders in the wastewater/water industry, with an 80% repeat client base. We believe this is a true testament to our commitment to partnership, collaboration and innovation. We understand the importance of this project and are committed to providing our community with a safe, reliable headworks facility in the most expeditious manner possible. We look forward to building the future with you. Sincerely, 9 9,J,0,, /l Brya�Bedell, DBIA, Vice President Brian Stitt, CBC, DBIA, PEng, Design -Build Project Manager The Haskell Company AECOM The Haskell Company 9160 Forum Corporate Parkway, Suite 350, Fort Myers, FL 33905 www.hasl<ell.com .-e Ability of Professional Personnel Our firms partnered to provide enhanced delivery, cost savings, innovation, and ultimately, successful implementation of your project. Our respective firms' extensive experience with design -build, the similarities of our values and culture and the established synergy and career -long relationships throughout our team complement one another and lead to greater collaboration and innovation for your headworks project. As design -builders, Haskell and AECOM both bring design and construction resources to this project that will integrate to form a single design -build delivery team. Together, we will support the successful implementation of the headworks projects through best practices and collaboration with the County. ► Team Staying and Organization To achieve the goals of the NCWRF Headworks project, we have assembled a team of design -builders, including industry -leading technical staff. Haskell and AECOM have a history of successfully delivering similar design -build projects. This project is a natural fit for our firms and team members, drawing on decades of experience and using that knowledge to maximize the design - build delivery of this project. Our team's organizational chart below demonstrates our comprehensive experience and technical resources to support a project of this size and complexity. Organizational Chart Teamwork Ensures Smooth Delivery of Your Project Cio Ter County Organizational Chart Key 3 Haskell z AECOM 3 Revere Controls 4 RKS Consulting Engineers 5 GFA International HASKELL cyan e e . G O. Grady Minor & Associates, PA Scott Thibault, PE, DBIAI 7 Gulf States Electric, Inc. B Quest Corporation of America AEMW BUSINESS DIVERSITY IMANAGER • • PROJECT N ER an.. Brian Stitt,CBC,---------------------------- e CHST �al'I COORDINATOR -- P DEPUTY PM/DESIGN HEADWORKS DESIGN LEAD PRECONSTRUCTION CONSTRUCTION CENTER MANAGER Paul Moulton, PE' MANAGER SUPERINTENDENT Kevin Smith, PE, DBIA1 ELECTRICAL ; • Steve Rampulla, Bobby Bradley' SCADA INTEGRATION Yasser Rizk, PEI SUBCONTRACTORS LEED AP' SCHEDULING James Noe3 Ira Brandell. PE' ESTIMATING MANAGER MECHANICAL PROCESS/ 18C 1 Revvereere C Controls Mike S aeder - Mechanical' Ashraf Asad' p ODOR CONTROL Bill Overbeek, PEI Donnie Belloit - CiviP OLM TRAINING, STARTUP Chris Galligan, PE' Sarah Papazian, PEI GEOTECHNICAL Eddie Robison - EfectricaP AND COMMISSIONING GFA International Jeannette Saliba, DBIA - Blaine Stone, PEI STRUCTURAL/ GEOTECHNICAL GeneraP BUILDING MATERIALS Jeff D'huyvetter, PES ELECTRICAL COST CONTROLS/ Doug McClellan, PE, DBIA1 CIVIL/SITE AND RKS Consulting Engineers PUBLIC RELATIONS BUDGETING Gulf States Electric, Inc. MANAGER Nick Swan' SURVEYlSUE FIELD ENGINEER Yvonne McClellane Donald Saintenoy, PLS5 Dustin Chisum, PEI VALUE ENGINEERING/ PERMITTING CONSTRUCTABILITY REVIEW Kelley SamueISI Paul McElroy, DBIA' Richard Moore, DBIA Frank Feeney, PE, LEED AP BD+C6 HASKELL I WE CREATE THINGS THAT MATTER ABILITY OF PROFESSIONAL PERSONNEL Design -Build Project Manager Brian Stitt will be directly supported by key leaders who will direct and guide design, permitting, estimating, commissioning and construction. Quality, safety and MBE coordination also independently report directly to Brian. It is important that each of these aspects of the project be engaged early in design development, along with the lead technical staff. Collaboration is key to successful design -build, and the integrated nature of our team, comprising two design -build firms, supports communication and teamwork at all levels. Why the Haskell-AECOM Team Experience AECOM has worked with Collier County for over 30 years to implement some of your most complex and challenging wastewater and water projects, while Haskell is one of the most well-known wastewater and water design -builders in the country. Our team offers the experience, knowledge and leadership to continue successful collaboration for the NCWRF Headworks project. Our team will bring together the local project leadership and design and permitting professionals that you have worked with successfully and experienced design -build construction professionals to provide a team with unparalleled qualifications. Additionally, our team members have experience executing .1� similar wastewater design -build projects monitoring, reliability/sustainability, in Florida. Values Our firms share similar values, culture and approach to implementing design -build. We are guided by team, excellence, service and trust and live those values every day. Our firms' complementary strengths allow the County to leverage our team to receive the most successful NCWRF Headworks project. Project Delivery Expertise As design -build firms, Haskell and AECOM do not have a hard -bid, change -order mentality. Haskell's founder, Preston Haskell, was one of the pioneers of design -build delivery method, as he understood there were many efficiencies to be gained by marrying design and construction. A collaborative approach, both in project delivery and with our clients, is part of our firms' cultures. Together, Haskell and AECOM form the ideal team to collaborate closely with Collier County and successfully deliver this project cost effectively, smoothly and expeditiously. Resumes Our team's resumes highlight our high level of experience delivering similar projects containing headworks, screening and grit removal, flow odor control, electrical service, corrosion control and yard piping. We believe our team is the most uniquely qualified to deliver this urgent project for you. Further details on roles and responsibilities are found on the resumes beginning on page 1-5. ► Knowledge and Experience with Local Design, Permitting and Construction AECOM has demonstrated Collier County experience and our team has gained an excellent understanding of the specific technical challenges and requirements of this project. This understanding has been gained through years of working with Collier County and numerous field visits and discussions with plant staff regarding the structural, corrosion, flow metering and sustainability issues with the current headworks. Our team brings the broad experience we have gained through planning, design, construction and administration of numerous design - build projects completed throughout Florida. Over the past 10 years, AECOM and Haskell have completed construction contracts in Florida valued at over $1.5 billion. Since 1985, our team has maintained offices in southwest Florida, and we have designed and built dozens of local, HASKELL I WE CREATE THINGS THAT MATTER 1-2 similar projects during that time. This experience will translate into practical and cost-effective utilization of local resources and subcontractors, such as Revere Controls, RKS Engineers and Gulf States Electric. No other team can offer the same understanding of the County's public utilities infrastructure and its needs, which means no learning curve and faster progress on completion of the NCWRF Headworks and cost savings to Collier County. Knowledge of Permitting Requirements Our team has extensive experience with permitting projects in southwest Florida, and more specifically in Collier County, which has a wide array of required permits. In order to complete the NCWRF Headworks, there will be a number of permits that will need to be obtained, from various regulatory agencies and County departments. We have considerable experience with these permits and negotiation with regulatory staff. We anticipate the permits listed to the right to be required for this project. To the County's benefit, we have worked with virtually all of the regulatory agencies that will be involved for Collier County, including the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP) and Collier County Growth Management. Our team's approach will be to conduct preapplication meetings with the regulatory agencies early in the planning process. Our experience in working with the regulatory agencies is that early involvement helps foster teamwork and avoids any misunderstanding later in the project. This approach has worked with great success on previous projects. One example is the City of Naples Cove Stormwater Pumping Station Improvements. Early involvement and discussion with the SFWMD staff led to the approval by the District of the recommended improvements as a maintenance activity, which resulted in considerable cost savings to the city. The Haskell-AECOM Team will provide full support of the permit process for the NCWRF Headworks project, which will include preapplication meetings with the County and regulatory agencies, completing the applications, assembling technical support documentation, certifying as the engineer of record, answering requests for information and reviewing the issued permits. We make it our business to stay abreast of new rules and requirements and their potential impact on our clients operation and infrastructure. Kelley Samuels will lead AECOM's efforts for permit acquisition, which will include an amendment to the site development plan (SDP) and modifications to the existing environmental resource permit (ERP). Kelley has extensive experience working with the regulatory agencies to obtain all required permits through construction. She will be supported by Frank Feeney of Q. Grady Minor & Associates, PA, who will be responsible for coordination with the Collier County Growth Management Department (GMD) to obtain the SDP amendment. Frank has extensive experience working at the NCWRF and is intimately familiar with the GMD requirements. He was recently involved in supporting AECOM to successfully obtain the Anticipated Permits ♦ U.S. Fish and Wildlife Service (FWS). Consultation under Endangered Species Act. May need Florida Bonneted Bat limited roost survey. Preparation of field survey letter report evaluating potential impacts to T&E species and habitat. Gopher tortoise relocation unlikely based on developed project area. ♦ FDEP Environmental Resource Permit (ERP) - Modification of existing Permit 11-0189294 ♦ SFWMD Dewatering Permit. Depending on time of year construction is completed, this might be able to be completed with no discharge offsite under a permit by rule that could be pulled just prior to start of construction. ♦ FDEP Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities (National Pollutant Discharge Elimination System) • A CGP Notice of Intent (NOI) (DEP Form 62 621.300(4)(b)) • A Stormwater Pollution Prevention Plan (SWPPP) ♦ FDEP permits for wastewater system components • Permit application for domestic wastewater facilities • Notification of completion on construction for wastewater facilities ♦ Site Development Plan (SDP) Amendment ♦ Construction Phasing Plan ♦ Building permits, organized by discipline for construction ♦ Vegetation removal and site filling permit, if needed permits required for Collier County's Wastewater Basin Analyses Program, including updates to MPSs 303, 304 and new MPS 306. HASKELL I WE CREATE THINGS THAT MATTER 1 - 3 ABILITY OF PROFESSIONAL PERSONNEL ► Team Collaboration Proximate to the Project Site Our team's project site office will be located in Collier County, supported by Haskell and AECOM's local offices in Lee County, and other nearby Florida locations. A local field office on the project site will be established to help the team manage construction activities. All of this will facilitate team collaboration throughout each project phase. Details of how our team plans to ensure maximum collaboration are contained in Location, beginning on page 4-1. Highlights of our plan include ♦ Extensive face-to-face meetings that include key subcontractors and suppliers ♦ Design workshops with the County to ensure preferences regarding flow metering, screening, bypassing, flow equalizations, Connections Matter I Experience Working Together on Similar Projects corrosion control and odor control are incorporated into the design ♦ Stakeholder coordination and permit coordination meetings ♦ Constructability reviews ♦ Regular onsite construction meetings The graphic below highlights the interconnectivity between our team members on similar projects. Some team members have worked closely for over 30 years, providing Collier County an established, focused team who knows how to work together. HASKELL I WE CREATE THINGS THAT MATTER 1-4 ABILITY OF PROFESSIONAL PERSONNEL Brian Stitt, CBC, DBIA, PEng Design -Build Project Manager Years' Experience 30 Professional Registrations/ certifications Professional Engineer in Manitoba, British Columbia Designated Design -Build Professional Certified Building Contractor American Society of Civil Engineers Water Environment Association Education MS, Environmental Management BS, Civil Engineering Why Brian? Brian is a designated design -build professional with 30 years of experience and a senior manager in AECOM's South Florida client service center. Brian will serve as the primary point of contact to Collier County and his experience with design - build project management, construction management, as well as project controls subcontractor and supplier management will allow him to effectively oversee all aspects of this project. Relevant Project Experience Town of Davie, Progressive Design - Build Wastewater and Water Treatment System Expansion, Davie, FL. Project Manager for $112M design -build services for expansion of water and wastewater infrastructure systems under a GMP contract. Consisting of the design, permitting and construction of two plants — LPRO water treatment facility and membrane bioreactor wastewater reclamation facility. Brian had overall responsibility for managing a construction team consisting of over 25 local subcontractors and 25 major equipment vendors. The combined facility will share a common site with administration/laboratory building, electrical feed systems and standby generators. An extensive stormwater management system has been constructed to handle heavy rain events common to south Florida. The WTP consists of a 6-mgd reverse osmosis water treatment facility with constructed infrastructure to easily add an additional 6-mgd capacity, five (5) Floridan Aquifer wells and associated raw water transmission mains, two (2) UIC injection wells and one (1) monitoring well. The WRF consists of membrane treatment for a peak flow of 7 mgd and includes a headworks facility with influent flow metering, fine screening, grit removal and odor control. The facility will deliver reuse -grade water. AECOM's services include stakeholder outreach, planning, design, permitting and construction at -risk of the facilities. Town of Davie Water Reuse Program Design -Build, Davie, FL. Project Manager for the Design and Construction of a Water Reclamation and Reuse Program for the Town. The program was delivered as a design -build project and entails design, permitting and construction of this reuse program. Brian has overall responsibility for managing the construction team on this $5 million design build project. The project consists of reuse storage, reuse pumping and a reuse distribution network of over three miles of pipe ranging from 24-inch diameter to 8-inch diameter. Hialeah WTP Design -Build -Operate, Hialeah, FL. Commissioning manager for the design -build, operate of a 12- mgd brackish water reverse osmosis water treatment facility. Miami Dade WASD Consent Decree Program, Miami, FL. Program management responsible for the design, procurement and construction of approximately $900,000,000 of improvements and upgrades to the County's three (3) WWTPs with a total treatment capacity in excess HASKELL I WE CREATE THINGS THAT MATTER 1 — 5 ABILITY OF PROFESSIONAL PERSONNEL Brian Stitt, CBC, DBIA, DEng I Continued of 350-mgd average day flow. The program includes upgrades of two (2) headworks facilities at the NDWWTP and two (2) headworks facilities at the CDWWTP, with a combined peak flow capacity in excess of 500 mgd. Each of the upgrades included new screening, improved grit removal and new odor control facilities. Biosolids Facilities Plan for Central District WWTP, Miami -Dade Water and Sewer Department, Miami, FL. Project Manager responsible for the development of a facilities plan for biosolids management at the 143-mgd CDWWTP. Work consisted of evaluating digestion alternatives and ultimately recommending process and mechanical upgrades for improving digester performance. Water Supply Pump Station Design, South Florida Water Management District, Various Locations, FL. Technical manager for design of eight water supply pump stations, ranging in size from 200 to 600-mgd. Water System Expansion Master Plan and Feasibility Study, City of North Miami, FL. Client principal of a feasibility study for a water treatment plant upgrade program, which involves modernization of a 7-mgd lime softening plant and a new 13-mgd reverse osmosis plant. Amesbury WWTP Upgrade, Amesbury, MA. Managed design and construction of a $18 million 2.4-mgd WWTP upgrade, which required replacement of mechanical equipment throughout the plant, including new influent screens and upgraded grit removal, new odor control, expansion of a building, and upgrade of two (2) final settling tanks, a biosolids management facility, HVAC and odor control facilities, an electrical distribution system, an aeration system, and a new instrumentation and control system. Wastewater Treatment Plant Design and Construction Services, Jewett City Department of Public Utilities, Various Locations, CT. Design manager for the 1.1-mgd wastewater treatment plant which required a headworks facility, a five -stage Bardenpho system for biological nutrient removal, a medium -pressure UV disinfection system, a biosolids management facility, and carbon adsorption units for odor control. City of Vancouver, Annacis Island Wastewater Treatment Plant Screening and Grit Removal System Design, Vancouver, British Columbia. Participated in development of a facilities plan and preliminary design for screening and grit removal systems at the Annacis Island wastewater treatment plant. Retrofitted the headworks to handle an average flow of 150 mgd. Wastewater Plant Upgrade and Outfall Design, City of Brandon, Manitoba. Assisted in the hydraulic evaluation and retrofit of the vortex grit chambers and 12-mgd booster pump station at the wastewater treatment plant. Managed design of an outfall, which involved 1.3 miles of 48-inch-diameter reinforced - concrete pipe. Sludge Treatment Plant Design and Construction, City of Winnipeg, Manitoba. Assisted with detailed design and construction supervision of a 14-mgd activated -sludge treatment plant, including site planning for the ultimate development of the plant to a capacity of 53 mgd. Provided hydraulic design of pumping systems for the grit removal, primary sludge removal, and waste activated sludge; detailed design of the collection facility for liquid waste haulers; construction supervision, testing, and commissioning of mechanical equipment and piping; and start-up, commissioning, and troubleshooting of the wet -scrubber odor control system and biological treatment process. Wastewater Treatment Plant Upgrade Facilities Plan, Town of Byron Bay. Project engineer of a facilities plan for a wastewater treatment plant upgrade, serving a population of approximately 14,000. Participated in the process design and provided cost estimating for the entire project, which involved upgrading for biological removal of nitrogen and phosphorus. Assisted with retrofit of an aeration tank and installation of a new inlet works, a biological -nitrogen and phosphorous removal reactor, a clarifier and return and waste activated sludge pump station, and a low-pressure ultraviolet disinfection system. East and South Lismore Wastewater Treatment Plant Design -Build, City of Lismore, State of New South Wales. Provided design -build contract specifications for expansion of the wastewater treatment plants to serve populations in excess of 30,000 and 22,000, respectively. Upgraded facilities to provide biological nitrogen and phosphorous removal. HASKELL I WE CREATE THINGS THAT MATTER 1 — 6 ABILITY OF PROFESSIONAL PERSONNEL Ronald Cavaliers, PE, BCEE Design Manager Years' Experience 40 Professional Registrations/ certifications Professional Engineer in FL Board Certified Environmental Engineer National Society of Professional Engineers Education MBA, Business Administration and Management MS, Civil Engineering BS, Civil Engineering Why Ronald? Ronald will serve as design manager. In this role, he will coordinate the design efforts ofAECOM personnel. Ronald's extensive background and track record on projects with Collier County will allow him to direct the design team to produce a design that meets the County's goals and expectations. Ronald brings a broad range of civil/environmental engineering experience including master planning, wastewater treatment plant facilities design and construction, wastewater conveyance system modeling and design, and hydraulic analysis and design of wastewater pumping stations. He has extensive experience leading large, complex, multi -disciplined projects. Ron has an excellent knowledge and understanding of the County's public utilities infrastructure, including the NCWRF. He is currently working on the County's Public Utilities Master Plan Update, which includes a capacity evaluation of the NCWRF. Relevant Project Experience MPS 306 Wastewater Basin is about $24 million. The nearly 10- Analyses Program, Collier year program is near completion County, FL. Project director for and has received high praise from the Basin 306 Program included County staff. a comprehensive analysis of 27 County -owned duplex wastewater 2014 Public Utilities Master Plan pump stations, three master pump and Updates in 2016 and 2019, stations and related force main Collier County, FL. Project Director network. The scope included initial on development of a public utilities planning, hydraulic modeling of the master plan for Collier County. The manifolded force main network using scope included population and Sewer Gems, and the final design demand projections, water resource and permitting of the pump station characterization, evaluation of existing and force main improvements. Pump potable water and wastewater station improvements included new treatment capacity and gap analysis, submersible pumps and control evaluation of water quality goals panels, new piping, valves and and treatment options, utilization of flow meters, new diesel pumps existing hydraulic models for pipe and new standby generators. The network analysis, development new MPS 306 was designed as an of level of service standards above grade in -line booster station and alternative water resource with electric chopper pumps and configurations, evaluation and large diesel pumps to convey flows prioritization of capital improvement ranging from 500 to 11,000 gpm and projects, and development of a new 6,200 square foot building. recommended CIP and Final Master Force main improvements include Plan Report. Currently working on a a new force main ranging from 24 Public Utilities Master Plan Update inches to 30 inches in diameter with under new contract, which began a total length of 12,700 feet. The in January 2020 and includes a anticipated total construction cost capacity evaluation of the NCWRF. for the recommended improvements HASKELL I WE CREATE THINGS THAT MATTER 1 — 7 ABILITY OF PROFESSIONAL PERSONNEL Ronald Cavalieri, PE, BCEE I Continued Electrical System Upgrades, City of Fort Myers, FL. Project manager on the planning, permitting, design and construction administration services for electrical system upgrades at the City of Fort Myers two regional Advanced Wastewater Treatment Facilities (Central and South AWWTFs). The work includes replacement of 21 motor control centers (MCCs), new main switchgear buildings, and new standby power generators installed in a separate room of the new buildings. Since existing power distribution wiring is in poor condition, the work included replacement of all wiring and conduit from the new MCCs to existing motors and equipment. The work also included a new state-of-the-art SCADA system and control rooms, which are connected to a local and city-wide IT network. The design of the project is complete, and the City has retained a construction manager at risk (CMAR) for construction of the improvements. AECOM is currently providing post design construction phase services and is also coordinating with the City on an energy savings performance contract, which includes installation of new blowers, mixers and surface aerators. The project is scheduled to be complete by June 2020. Collier County Continuing Service Contracts, Collier County, FL. Principal in charge on successive continuing services contracts for the Collier County Public Utilities Department. Since 2005, Ron has completed or is working on over 100 assignments on a wide range of projects. Work assignments under these contracts has included over 20 work orders on SCADA and I&C engineering for the County's NCRWTP, an electrical system upgrade on the SCWRF and hydraulic modeling of the permitting required by FDEP and Collier wastewater conveyance system. County's Growth Management Division. Burnt Store Water Reclamation Facility Expansion, Charlotte County Utilities, FL. Project manager for planning and design of the WRF expansion. The project expanded the existing 0.5 mgd AADF treatment capacity to 2.5 mgd AADF treatment capacity, incorporating membrane bioreactor (MBR) technology. The 2.5 mgd facility was designed to accommodate an ultimate capacity of 5.0 mgd. The components of the project included a new headworks with dual mechanically cleaned fine screens and grit removal system, additional flow equalization, new aeration/anoxic basins and blowers, MBR tanks, and new chlorine contact basins. Master Pump Station (MPS) 109, Pumping Station Improvements, Collier County, FL. Project director for the MPS 109 Pumping Station Improvements ($1.6-million upgrade to increase its reliability) for Collier County under the continuing services contract. The scope includes design, permitting, and bid- and construction -phase services. Recommended improvements to the pump station include the installation of a 100 hp diesel engine driven pump, downsizing of existing submersible pumps based on observed influent flow data (two pumps plus a standby each providing 1,000 gpm at 78 feet of head), addition of variable frequency drives (VFDs), installation of an electrical building to house the VFDs and instrumentation panels, a new 125 KW standby power generator and miscellaneous site improvement. Completed the civil -mechanical design for the proposed improvements and Northeast Utility Facility Program Management Assistance, Collier County, FL. Engineering manager for the development of Collier County's NE Utility Facility to accommodate rapid growth in the northeast county area, Collier County is providing facilities to The Northeast Utility Facility Program is comprised of multiple projects including a water reclamation facility, water treatment plant, joint common facilities, northeast wellfield and raw water supply system, water transmission main, reclaimed (irrigation quality) water transmission main, master wastewater pumping stations and force mains, community solid waste recycling and household hazardous waste drop-off center, and a community park facility. Additionally, helped County staff to manage the program development activities and meet the County's schedule, budget, and quality expectations. HASKELL I WE CREATE THINGS THAT MATTER 1 - 8 ABILITY OF PROFESSIONAL PERSONNEL David Rieken, Jr., PE, ENV SP, DBIA Construction Manager Years' Experience 25 Professional Registrations/ certifications Professional Engineer in WA and FL (pending) Designated Design -Build Professional Envision Sustainability Professional OSHA 30-Hour Training Water Environment Federation Member American Water Works Association Member American Society for Civil Engineers Education BS, Civil Engineering AA, Engineering Why David? David has over 25 years of construction and design experience in the water and wastewater markets. As construction manager, David manages construction, startup and testing and is involved from early development through project completion. His responsibilities include conceptual estimating, scheduling, value engineering, alternative analysis and procurement of subcontractors and materials. He maintains project cost control, including updating of labor cost reports, summary cost reports and project status summaries. Relevant Project Experience Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. David provided value engineering/constructability review. Mount Holly Pump Station and HDD, Mount Holly, NC. Design -build, $95 million. This project involves a new headworks with screening and grit removal, pump station, EQ storage tanks, dual force mains under river, modifications to existing facilities. David served as value engineering/constructability review. Building D2 Renovations, Centreville, VA. CMAR, $18.5 million. Haskell is providing renovations to each of their three (3) anaerobic digesters, replacing heat exchangers and other biosolids systems, installing new a dewatering centrifuge and new odor control systems. The upgrades to this wastewater treatment facility require significant MOPO. David is the project director. Metro Par 1085 South Secondary Improvements, Denver, CO. Design - bid -build, $137 million. This project consisted of the construction of a new 100 mgd secondary treatment system on an existing site which included primary effluent pump station, aeration basins, CaRRB basins, blower building, electrical and process control buildings, pipe galleries, site improvements and conversion of existing structures and systems into new buildings and systems. David was the project manager. Deer Valley Water Treatment Plant East Basins, Phoenix, AZ. CMAR, $125 million. This project consisted of the replacement of an existing 75 mgd conventional treatment train with a new 100-mgd water treatment train in middle of existing, operating plant site which included presedimentation basins, sand ballasted flocculation, GAC filters, electrical building, backwash equalization basin, chlorine dioxide, ferric and caustic feed systems, site improvements and conversion of existing structures and systems into new buildings and systems that required MOPO with over 100 tie ins. David was the project manager. HASKELL I WE CREATE THINGS THAT MATTER 1 — 9 ABILITY OF PROFESSIONAL PERSONNEL David Rieken, Jr., PE, ENV SP, DBIA I Continued Lake Pleasant Water Treatment Plant, Phoenix, AZ. Design -build -operate, $228 million. This project consisted of the new 80-mgd water treatment plant, including a raw water intake structure, raw water facilities, sand ballasted flocculation, ozone treatment, sand filters, GAC filters, UV disinfection, finished water facilities, solids handling facilities, 69kV substation, GAC regeneration facility, 28 chemical feed and storage systems, an operations building and site improvements. David was the project manager. Solo Point Wastewater Treatment Plant Upgrade, Fort Lewis, WA. Design -bid -build, $5.3 million. This project consisted of the remodel of an existing conventional WWTP including demolition and replacement of existing headworks facility, rehabilitation of existing digesters, replacement of secondary clarifier and aeration equipment and remodeling existing operations building. David was the project manager. Cowlitz County Collection System, Longview, WA. Design -bid -build, $5.6 million. This active treatment system upgrade project consisted of the construction of three (3) pump stations: one (1) new, one (1) remodel and one (1) replacement. The new pump station was a 54-feet diameter caisson that was sunk into the ground, a tremie slab poured to act as a plug and; after dewatering the interior; the inside built out with pumps, pipe, mechanical, electrical and controls. The remodel included replacement of existing dry pit pumps, VFDs and controls. The third (3) pump station involved the construction of a new wet well pump station with submersible pumps and an odor control system, construction of a new force main and demolition of the existing pump station. David was the project manager. Warrenton Water Treatment Plant, Seaside, OR. Design -bid, build, $5.3 million. This project consisted of the construction of a new 6 mgd microfiltration water treatment plant and two (2) miles of pipeline to tie the new plant into the existing water distribution system. The plant included a membrane building (raw water control, microfiltration skids, air, backwash and CIP systems, generator system, electrical room, lime, fluoride, caustic and acid feed systems and operations room), a 5 mg clearwell, backwash ponds and site modifications. David was the project manager. Youngs River Lewis & Clark Water Treatment Plant, Astoria, OR. Design- bid,build, $1.7 million. This project consisted of the construction of a new 0.5 mgd microfiltration water treatment plant and a one -mile pipeline. The plant included a membrane building (raw water control, microfiltration skids, backwash/CIP systems, generator system, electrical room, lime, fluoride feed systems and operations room), a 1-mg clearwell, backwash ponds and site modifications. David was the project manager. Longview Water Treatment Plant Upgrade, Longview, WA. Design -bid -build, $5.2 million. This active wastewater facility project consisted of upgrades to the existing conventional water treatment plant with replacement of the existing vertical line shaft raw water pumps, demolition and replacement of the existing filter media, underdrain and piping, replacement of the existing flocculation and sedimentation mixers, construction of a new backwash equalization tank and upgrading the existing controls system. David was the project manager. West Longview Sewage Pump Station Replacement, West Longview, WA. Design -bid -build, $500,000. This project consisted of the construction of a new sewage lift station with odor control facilities and demolition of the existing sewage pump station. David was the project manager. Grand Mound Sewage & Water Treatment Facilities, Grand Mound, WA. Design -bid -build, $5.4 million. This project consisted of the construction on five (5) separate construction sites. The first site consisted of a new 5.0 mgd conventional sewage treatment with a headworks, oxidation ditch, blower building, sludge handling facilities, secondary clarifiers, operations building and site improvements. The second site consisted of a vacuum sewage lift station with site improvements. The third site consisted of a new 5-mg clearwell with site improvements. Site 4 consisted of a raw water pump station with site improvements. Site 5 consisted of a raw water pump station with site improvements. David was the project manager. HASKELL I WE CREATE THINGS THAT MATTER 1 - 10 ABILITY OF PROFESSIONAL PERSONNEL Cheryl Robitzsch, PE, DBIA Design -Build Coordinator Years' Experience 33 Professional Registrations/ certifications Professional Engineer in FL, GA and MD Designated Design -Build Professional Competent Person Training OSHA 30-Hour Training OSHA 10-Hour Training Education BS, Civil Engineering BS, Industrial Technology Why Cheryl? Cheryl has 33 years of experience in design and construction of water and wastewater projects. Over the last 10 years, she has managed projects, coordinated the design efforts and facilitated preconstruction services for 14 collaborative delivery projects totaling more than $368 million. As the design - build coordinator, she will coordinate with our joint venture's engineering staff during design to provide constructability reviews, value engineering. Cheryl will also coordinate with our estimators and schedulers to provide Collier County with reliable budget numbers and accurate scheduling information. She will assist our engineering team with permitting efforts and help coordinate the bidding services and GMP development. Relevant Project Experience NAVFAC Indian Head Sewage Treatment Plant Upgrade, Indian Head, MD. Design -build, $13.2 million. Haskell was selected to conduct upgrades to an existing sewage treatment plant by converting existing extended aeration waste activated sludge facility to a continuous -flow SBR system for nitrogen reduction, followed by denitrifying filters, chemical phosphorus removal, UV disinfection and post aeration. Additionally, the project included a new pretreatment/ headworks facility for screening and grit removal. Annually, this plant removes an estimated 22,842 pounds of nitrogen that would have been discharged directly from the plant into the Mattawoman Creek, the Potomac River and, ultimately, the Chesapeake Bay. This project achieved LEED Silver. Cheryl was the design manager. Sandy Run Creek Water Pollution Control Plant Expansion, Warner Robins, GA. Design -build, $29.5 million. A new headworks was constructed, including new screening and grit removals systems. This project increased the monthly average flow from 9 mgd to 12 mgd and a peak daily flow of 30 mgd. Two (2) new 140-foot diameter clarifiers and combination mixed liquor suspended solids flow splitter and return and waste activated sludge pump station. A 2,000 SF administration building was built and improvements to the existing control building were completed. Cheryl was the design manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Cheryl is the design manager and coordinator. Opequon Water Reclamation Facility Green Energy Project, Winchester, VA. Design -build, $29.1 million. Haskell partnered with Frederick -Winchester Service Authority's engineer and energy performance contractor to design, permit and construct three (3) new anaerobic digesters, a digester HASKELL I WE CREATE THINGS THAT MATTER ABILITY OF PROFESSIONAL PERSONNEL Cheryl Robitzsch, PE, DBIA I Continued control building, high -strength waste receiving station, an OSTARA nutrient - harvesting system and a new CHP system. Haskell replaced the existing plate -frame presses with belt presses and performed various other facility upgrades. Cheryl was the design manager. Advanced Water Reclamation Facility Expansion and Improvements, City of Alachua, Alachua, FL. CMAR, $21.2 million. This project involved the expansion and improvements to the existing 0.9 mgd water reclamation facility to a capacity of 1.5 mgd with reuse quality effluent and provisions for future expansion to 4 mgd. The project was SRF funded. Cheryl served as director of design. Point Peter Wastewater Treatment Plant Expansion, City of St. Marys, St. Marys, GA. Design -build, $37.7 million. This phased project consisted of Phase I that included a 1.8 mgd emergency expansion of the facility. Phase 11 consisted of the construction of a 4-mgd sequencing batch reactor (SBR) system as well as new screening and grit removal ahead of the SBR. An additional Phase 11 task was to build a biosolids building. Cheryl served as director of design. Exit 29 Water Pollution Control Plant Expansion and Improvements, Brunswick, GA. CMAR, $20.2 million. Haskell was selected to expand and improve the existing 0.3 mgd WPCP. The upgraded process included screening, an advanced grit removal system, oxidation ditch with aeration systems, secondary clarifiers, effluent filers, UV disinfection and effluent pump station. The upgraded plant also included biosolids handling facilities, consisting of a new dewatering building, electrical and operations buildings and all required electrical, instrumentation, piping and sitework. Cheryl was the director of design. Water Treatment Plant Reverse Osmosis and SCADA System Upgrades, Venice, FL. Progressive design -build, $6.7 million. Haskell was selected for the replacement of four (4) 1.1 mgd reverse osmosis (RO) skids. The RO system is a single -stage design that will operate at 50 percent recovery, with the ability to expand to a two -stage, higher recovery system in the future. The project also included the installation of four (4) new 150-HP vertical turbine can pumps, each with variable frequency drives. Additionally, four (4) replacement stainless steel, horizontally mounted cartridge filter vessels are included. Cheryl was the project manager. Southwest WRF Biosolids Waste to Energy Project, St. Petersburg, FL. CMAR, $69.6 million. The project consisted of upgrades to existing aeration tanks, construction of two (2) primary clarifiers, addition of two (2) TPAD with batch tanks, digester building, methane gas storage, biogas upgrade system and cooling system, ferric system, primary clarifier influent splitter and diversion box, upgrades to existing gravity belt thickeners, new dewatering building, electrical building and a combined heat and power (CHP) system, natural gas and engine generator facility, underground piping and all associated equipment. Cheryl was the startup project director and provided design and construction integration services between the City's four (4) engineering design consultants and the CMAR team to facility merging of joint engineering activities, assisting in the identification and efficient transition of overlying responsibilities, providing improved and inventive design concepts, value engineering and project management to keep the team on schedule and within budget during the preconstruction phase of the project. Southwest Water Reclamation Facility Capacity Upgrades, St. Petersburg, FL. CMAR, $59.3 million. Haskell was selected to collaborate with the City's engineer to review design deliverables and provide constructability input for optimization and cost effectiveness for emergency capacity improvements and construction of approved improvements. Improvements included new cloth disk filters, renovated deep bed sand filters, a new chlorine contract chamber, new secondary clarification and other upgrades throughout the facility. Cheryl is director of design. Wastewater Treatment Plant No. 3 Upgrades, Winter Haven, FL. CMAR, $16.1 million. Haskell was selected for the expansion and improvements to the City of Winter Haven's 7.5 mgd WWTP, as required to produce public access reuse quality effluent. By improving the level of treatment, the City was able to discharge effluent directly to adjacent surface waters and bypass their 1,200-acre sprayfield, which allowed this valuable property to be utilized for other purposes. Cheryl was the design manager. HASKELL I WE CREATE THINGS THAT MATTER 1 - 12 ABILITY OF PROFESSIONAL PERSONNEL Paul Moulton, PE Headworks Design Lead Years' Experience 40 Professional Registrations/ certifications Professional Engineer in NH Education BS, Civil Engineering Why Paul? Paul is an associate vice president and senior technical leader in the Process Mechanical group in AECOM's Northeast Design Center, Pumping System Center of Excellence and technical design lead for the North American water practice. He has over 40 years of experience in civil and sanitary engineering, specializing in the design of water and wastewater treatment plants, pumping stations, headworks, force mains, and chemical storage and feed and odor control systems. Paul has provided the design and layout of mechanical systems for numerous facilities, including site work and project coordination and management. Relevant Project Experience Blue Plains Wastewater Treatment Plant Dewatering Pumping Station, DC Water, Washington, DC. Lead mechanical process engineer for the 500-mgd 160-foot-deep tunnel dewatering pumping station for the plant. Wastewater Pumping Station Design -Build, East Providence, RI. Lead mechanical process engineer for a 10-mgd raw wastewater pumping station using self-cleaning wet well technology. Combined Sewer Overflow Facility and Wastewater Treatment Plant Improvements Design - Build, Holyoke, MA. Provided mechanical process design for a 103-mgd combined sewer overflow, pumping, screening, and disinfection facility and rehabilitation of a 41-mgd influent pump station, as part of design -build services for the plant. Metropolitan Biosolids Center - Design and Construction Services, San Diego Metropolitan Wastewater Department, San Diego, CA. Mechanical process engineer for preliminary design of a sludge dewatering system, including centrifuges, progressing cavity pumps, and sludge screening, conveyance, and storage facilities. Western Branch, Enhanced Nutrient Removal Upgrade Evaluation and Design Services, Washington Suburban Sanitary Commission, Upper Marlboro, MD. Lead mechanical process engineer for a 30.6-mgd ENR treatment facility for the wastewater treatment plant, including new traveling bridge grit chambers, three self-cleaning trench wet well pumping stations, and new high-speed turbo blowers. Norumbega Covered Tank Design - Build, Massachusetts Water Resources Authority (MWRA), Weston, MA. Developed the mechanical layout and design of the valve vaults, sluice gates, and dewatering system for the MWRA's 115-million-gallon water storage tank. Easterly District Advanced Combined Sewer Overflow Facilities Plan and Design, Northeast Ohio Regional Sewer District, Cleveland, OH. Lead mechanical process engineer for the preliminary design of a 160-mgd, 225-foot-deep pump station. HASKELL I WE CREATE THINGS THAT MATTER 1 —13 ABILITY OF PROFESSIONAL PERSONNEL Paul Moulton, PE I Continued Water Treatment Plant Design -Build Services, City of Augusta, ME. Provided the mechanical design for the 5.2-mgd water treatment plant. North Dorchester Bay Combined Sewer Overflow Tunnel and Reserved Channel Facilities, Massachusetts Water Resources Authority, Boston, MA. Lead mechanical process engineer for the 600-mgd reserved channel CSO facility. Jamaica Water Pollution Control Plant Study, Design, and Construction, New York City Department of Environmental Protection, New York, NY. Mechanical process specialist on the technical advisory team for the upgrade of the inspection and evaluation for noise and vibration issues related to the plant water pumps at the MWRA's 405-mgd water treatment plant. Croton Water Treatment Plant, Pump Stations, and Residuals Facility Design, New York City Department of Environmental Protection, New York, NY. Provided technical review and advice for the design of the 290-mgd water filtration plant. Membrane Softening Plant Expansion, City of Hollywood, FL. Lead mechanical process engineer for a 36-mgd reverse osmosis and membrane softening water treatment plant, including degasifiers and wet scrubber type off -gas odor control Central Water Pollution Control Facility Improvements, Ocean County Utilities Authority, Ocean County, NJ. Technical advisor for study and design of phased improvements to the 28-mgd facility, including expansion to 32 mgd capacity. Reviewed design elements, which included a new 56-mgd emergency influent pump station; aeration tanks; primary and final sedimentation tanks; anaerobic digester; digester gas handling system; density current baffles; a distributed control system; primary, return, and waste sludge pumps; effluent flow equalization basin; effluent pumping station; and 4,500 kW emergency generator facility, as well as modifications to the main influent 100-mgd plant. systems. pumping station and the final sedimentation tanks; improvements Deer Island Ancillary Modifications, Massachusetts Water Resources Authority, Boston, MA. Lead mechanical process engineer for ancillary modifications at the plant. Evaluated and designed wastewater screening and conveying options. Provided HVAC and mechanical design oversight. Reviewed facilities designed by other consultants, including centrifuge thickening facilities, egg - shaped digesters, and digester gas handling systems. Massachusetts Water Resources Authority, North Dorchester Bay Combined Sewer Overflow Tunnel and Reserved Channel Facilities, Boston, MA. Lead mechanical process engineer for the 600-mgd reserved channel CSO facility. John J. Carroll Water Treatment Plant Technical Assistance, Massachusetts Water Resources Authority, Marlborough, MA. Provided Southern Water Pollution Control Facility Improvements, Ocean County Utilities Authority, Ocean County, NJ. Technical advisor for a plant -wide feasibility study for the 20- mgd facility that included a condition assessment of existing mechanical, electrical, and HVAC, and an evaluation of alternatives to rehabilitate or replace deteriorated systems and to enhance performance, efficiency, reliability, and maintainability, including the beneficial use of digester gas through installation of alternative types of cogeneration systems. Provided technical advice and review during design of recommended improvements including replacement digester gas piping and control devices, new digester heat exchangers, new enclosed high -efficiency waste gas burners, provisions for the future installation of a microturbine-type cogeneration system, a new digester gas -fired hot water boiler, and HVAC improvements. to enhance flexibility in digested sludge storage; improvements to the odor control and septage receiving systems; and replacement of coarse -bubble diffusers with fine -bubble diffusers. Also served as technical advisor for a condition assessment and preliminary design of replacement digester gas piping. Wastewater Treatment Plant Recycle Pump Replacement, City of Rocky River, OH. Technical advisor for replacement of trickling filter recycle pumps at the wastewater treatment plant with four new submersible pumps sized to pump a capacity of 22.5 mgd. HASKELL I WE CREATE THINGS THAT MATTER 1 — 14 ABILITY OF PROFESSIONAL PERSONNEL Brian Harrington, PE Technical Advisor Years' Experience 42 Professional Registrations/ certifications Professional Engineer in MA American Society of Civil Engineers Water Environment Association Education MS, Environmental/Environmental Health Engineering BS, Chemical Engineering Why Brian? Brian is chief engineer and process designer for AECOM's North American design -build practice, specializing in innovative solutions for design -build projects, and managing water and wastewater infrastructure projects. His experience includes treatment process design, detailed engineering and design, construction administration and start-up. Brian has managed the design of process engineering plans for more than 100 water and wastewater facilities, including the recent and current Davis, Stockton and Rialto wastewater treatment plant design -build projects, all of which include headworks upgrades. Relevant Project Experience Town of Davie, Progressive Design - Build Wastewater and Water Treatment System Expansion, Davie, FL. Senior technical advisor for the preparation of the preliminary design and guaranteed maximum price for the construction of $112 million of water and wastewater treatment facilities, including the new headworks. The wastewater treatment process included MBRs and UV disinfection and future planning for advanced treatment included RO and AOP. Davis Wastewater Treatment Plant Design -Build, City of Davis, CA. Lead process designer for secondary and tertiary treatment improvements. The new plant addresses secondary biological treatment and clarification. In addition, designed advanced treatment facilities that include filtration and coagulation. Ponds were incorporated as equalization, redundancy for treatment systems, and future treatment capacity. Regional Wastewater Control Facility Progressive Design -Build, City of Stockton, CA. Lead process engineer for improvements to treat 40 MGD (average dry weather, 105 MGD peak hour) and meet more stringent nitrogen limits, reduce effluent salinity, and improve overall energy efficiency and operational reliability. Improvements include new influent pumping station and headworks; replacing the existing biotowers, facultative ponds and wetlands with new activated sludge secondary treatment process; replacing existing nitrifying biotowers, dissolved air flotation thickeners, gravity filters, and chlorine contact canal with new tertiary disk filters and UV disinfection; new dewatering facilities using centrifuge technology. S1 Wastewater Treatment Plant Improvements Progressive Design - Build, City of Rialto, CA/Veolia. Improvements to the 12 MGD WWTP include substantial upgrades and new facilities necessary to provide ongoing reliable capacity. Project work includes expanded headworks and secondary treatment facilities, new disk filters and UV system, and rehabing an old digester for sludge storage and providing a new gravity belt thickener and belt filter press. Wastewater System Design -Build - Operate, East Providence, RI. Lead process engineer for upgrade of 10.4 MGD average (21.2 MGD peak flow) WW collection and treatment. Upgrades included new screens, new odor control and grit tank modifications, new biological treatment process, sludge pumping, new sludge dewatering system, new collection system 10-mgd pump station, and collection system repairs. HASKELL I WE CREATE THINGS THAT MATTER 1 - 15 ABILITY OF PROFESSIONAL PERSONNEL Kevin Smith, PE, DBIA Deputy PM/Design Center Manager Years' Experience 9 Professional Registrations/ certifications Professional Engineer in FL (pending), MA and RI Designated Design -Build Professional Water Environment Federation New England Water Environment Association Education BS, Civil and Environmental Engineering Why Kevin? Kevin is a project engineer experienced in managing design and construction services related to water and wastewater projects through design -build delivery methods. He has experience in all aspects of a project, including proposal development, full design, equipment procurement, construction, and project startup and acceptance testing. Kevin will lead the multidiscipline Design Center team, working closely with our Design Manager Ron Cavalieri and the County to achieve consensus on a cost-effective design. Relevant Project Experience Town of Davie, Progressive Design - Build Wastewater and Water Treatment System Expansion, Davie, FL. 9-mgd wastewater reclamation facility, including new headworks. Start-up engineer for rotary lobe Fournier dewatering press. Assisted with start-up of new rotary dewatering press and solids handling equipment. Performed acceptance testing and reporting. The project was an ACEC/Florida Gold Award winner for Engineering Excellence. Newport Water Pollution Control System Design -Build -Operate, City of Newport, RI. Project engineer and lead civil designer for an upgrade to an existing 30 mgd wastewater facility under a DBO contract. Lead civil site designer, and project liaison during design phase. Stormwater and drainage designer, pavement restoration, landscaping, and solar panel site design. Oversaw the construction upgrades to the treatment plant and led startup activities and acceptance testing. Responsible for startup scheduling, sampling plans, and acceptance test reporting. Liaison for operations and construction teams. Kevin was also a design engineer on the Lawton Valley Water Treatment Plant and Station No. 1 Water Treatment Plant Design -Build projects Newport and Portsmouth, Rhode Island. Davis Wastewater Treatment Plant Secondary and Tertiary Improvements Design -Build, City of Davis, CA. Project engineer for expansion of an existing 6 MGD plant to a new 18 MGD secondary and tertiary facility. Ponds were incorporated as equalization, redundancy for treatment systems, and future treatment capacity. Lead civil site designer and project liaison during design phase. Project engineer for drainage, site grading and layout. Project engineer for construction services and acceptance testing. Water Pollution Control Facility and Collection System Expansion Design -Build -Operate, City of East Providence, RI. Engineer for construction services for the 8.9 MGD plant and collection system improvements. Upgrades included new screens, new odor control, aeration tank modifications, solids handling upgrades, and pump station and force main construction. Plant improvements include IFAS and BNR to address more stringent nitrogen regulations. Performed acceptance testing on solids handling equipment and odor control improvements. Coordinated acceptance test sampling and wrote final reports. The project was an ENR Best Project and an ACEC/Massachusetts Gold Award winner for Engineering Excellence. HASKELL I WE CREATE THINGS THAT MATTER 1 — 16 ABILITY OF PROFESSIONAL PERSONNEL Chris Galligan, PE Mechanical Engineering/Odor Control Years' Experience 39 Professional Registrations/ certifications Professional Engineer in GA, CT, HI, MA, NH and RI Water Environment Association Education BS, Mechanical Engineering Why Chris? Chris brings 39 years of mechanical engineering experience and specializes in mechanical process, odor control, HVAC for the design of water and wastewater treatment plants, groundwater treatment and other civil works infrastructure projects, including extensive design -build work. His responsibilities include developing plans and specifications, selecting equipment and reviewing shop drawings. Relevant Project Experience Town of Davie, Progressive Design - Build Wastewater and Water Treatment System Expansion, Davie, FL. Mechanical process engineer for a new 3.5-mgd, (7.2-mgd peak) reclamation facility consisting of influent screens, grit collection, membrane filtration, aerobic digestion, sludge dewatering, odor control, and ultraviolet disinfection. Davis Wastewater Treatment Facility Design -Build, Davis, CA. Lead mechanical engineer for a $65 million upgrade addressing secondary biological treatment and clarification that replaced the ponds and overland flow treatment system with conventional activated sludge process. Advanced treatment facilities that include filtration and coagulation were also designed. Regional Wastewater Control Facility Progressive Design -Build, City of Stockton, CA. Mechanical process engineer for multiple plant improvements to treat 40 MGD (average dry weather, 105 MGD peak hour flow) and meet more stringent nitrogen limits, reduce effluent salinity, and improve overall energy efficiency and operational reliability. Improvements include new influent pumping station and headworks; replacing the existing biotowers, facultative ponds and wetlands with new activated sludge secondary treatment process; replacing existing nitrifying biotowers, dissolved air flotation thickeners, gravity filters, and chlorine contact canal with new tertiary disk filters and UV disinfection; new dewatering facilities using centrifuge technology. S1 Wastewater Treatment Plant Improvements Progressive Design -Build, City of Rialto, CA/ Veolia. Mechanical process engineer for improvements to the WWTP include substantial upgrades and new facilities necessary to provide ongoing reliable capacity. Project work includes expanded headworks and secondary treatment facilities, new disk filters and UV system, as well as rehabilitating an old digester for sludge storage and providing a new gravity belt thickener and belt filter press. Wastewater Collection and Treatment Facility Design -Build - Operate, East Providence, RI. Mechanical process engineer for the upgrade of the city's 10.4-mgd average and 21.2 mdg peak flow wastewater collection and treatment facility. Treatment plant upgrades included new screens, new odor control and grit tank modifications, new biological treatment process, sludge pumping, new sludge dewatering system, new collection system 10-mgd pump station, and collection system repairs. HASKELL I WE CREATE THINGS THAT MATTER 1 — 17 ABILITY OF PROFESSIONAL PERSONNEL Yasser MIA, PE Electrical Years' Experience 30 Professional Registrations/ certifications Professional Engineer in FL, CA, CT, MA, MD, NH, RI, VT Institute of Electrical and Electronics Engineers Education BS, Electrical Engineering Why Yasser? Yasser is a senior electrical engineer and is the electrical and control systems department manager. He is specialized in electrical engineering and control systems design for water treatment facilities and wastewater collection, pumping, treatment, and disposal systems. Yasser is highly skilled in electrical system design and coordination of mechanical process, HVAC, and control systems for environmental treatment facilities. His experience includes design of medium- and low -voltage electrical distribution systems, including substations, transformers, switchgears, motor control centers, generators, variable -frequency drives (medium and low voltage) and PLC/SCADA control systems. Relevant Project Experience Town of Davie, Progressive Design - Build Wastewater and Water Treatment System Expansion, Davie, FL. Lead electrical design engineer for a $112 million project consisting of a 6-mgd RO WTP (expandable to 12 mgd) and 3.5- mgd membrane WRF (expandable to 7 mgd.) Included a 13.2-kV distribution system with estimated load of 10-MVA, and a 13.2-kV, 10 MW standby generator facility with four 2.5 MW, 13.2 KV diesel standby generators. The current installation phase included the installation of two (2) (total capacity of 5 MW) of the four (4) generator units with space and SWGR available to add the future two (2) units. Davis Wastewater Treatment Facility Design Build, City of Davis, CA. Lead Electrical design engineer for a $65 million design build facility upgrade. Provided electrical design services for the facility upgrade including the replacement of the facility electrical distribution system including 4000 amps, 480 VAC Switchboard, 2 MW standby diesel generator system and several motor control centers. The upgrade also included fire alarm, communications and lighting systems upgrade and replacement. Regional Wastewater Control Facility Progressive Design - Build, City of Stockton, CA. Lead electrical engineer for multiple plant improvements to treat 40 MGD average (105 MGD peak). Improvements include new influent pumping station and headworks; replacing the existing biotowers, facultative ponds and wetlands with new activated sludge secondary treatment process; replacing existing nitrifying biotowers, dissolved air flotation thickeners, gravity filters, and chlorine contact canal with new tertiary disk filters and UV disinfection; new dewatering facilities using centrifuge technology;. Wastewater System Improvements — Design -Build, City of East Providence, RI. Lead Electrical engineer for upgrade and expansion of the WPCF, two new pumping stations, and upgrade to existing pump stations. Provided electrical design services for the facility upgrade including the replacement of the facility electrical distribution system including 4000 amps, 480 VAC Switchboard, 600 KW standby diesel generator and several motor control centers. HASKELL I WE CREATE THINGS THAT MATTER 1 — 18 ABILITY OF PROFESSIONAL PERSONNEL Bill Overbeek, PE, PMP Instrumentation and Controls Years' Experience 35 Professional Registrations/ certifications Professional Engineer in FL, AL, LA, GA, MI, MN, SC, TX, VA Project Management Institute Instrumentation Society of America Education BS, Chemical Engineering BS. Fisheries and Wildlife BS, Forestry Why Bill? Bill is highly experienced in the design and integration of the instrumentation, controls and SCADA systems. He specializes in process control engineering, especially in water/wastewater treatment applications. His background includes SCADA system design, construction, integration, and start-up, including programming automatic control and monitoring functions in Programmable Logic Controller (PLC) and HMI systems. Bill has led design, installation, programming, and start-up of PLC -based process control and SCADA systems for numerous wastewater and water treatment plants across the U.S. He manages on -site construction, engineering, field testing, inspection and successful start-up of process control and SCADA systems as designed. Relevant Project Experience North Collier Water Reclamation Facility SCADA System, Collier County, FL. Provided project management and SCADA and I&C support for upgrade of the NCWRF SCADA System to the latest generation controller platform. The series of projects involved a systematic approach to upgrades in each of 11 process areas, including hardware replacement design, program translation and update in the PLCs and HMI, fiber optic network updates, and control system automation improvements. Projects included engineering design, sequencing replacement to avoid virtually any process downtime, converting programs to new platform, and providing new, thorough documentation of electrical upgrades. I&C and SCADA Projects, Collier County, FL. Managed support and engineering services for multiple &C and SCADA projects: Capri Isle PLC Replacement, North County Water Reclamation Facility Report Development, Foxfire and Glades Pump Stations, Immokalee Road and Pelican Bay Wellfield Programming, IQ (Reuse) SCADA System software upgrades, IQ (Reuse) SCADA WAN integration. All projects were designed and programmed to facilitate integration into the county's existing SCADA system infrastructure. On -Call SCADA and I&C Support, Collier County, FL. Provided SCADA and I&C support on an on -call basis for 15 years. Master Pump Stations 109, 303, 304, and 309 SCADA & I&C, Collier County, FL. Provided SCADA and I&C design engineering for upgrades and new construction of Master Pump Stations 109, 303, 304, and 309. Designs included local and remote control functions, and integration with the County's fiber- optic -based SCADA system and Data Flow telemetry system. Tamiami Wellfield SCADA Upgrades, Collier County, FL. Managed upgrades for Wells 6-27. Work included programming and integration services for SCADA controls and interfaces at 22 well sites. Involved PLC installation, programming, Intellution iFIX upgrades and communication system reconfigurations. HASKELL I WE CREATE THINGS THAT MATTER 1 — 19 ABILITY OF PROFESSIONAL PERSONNEL Kelley Samuels Permitting Lead Years' Experience 25 Professional Registrations/ certifications Professional Wetlands Scientist Wetland Delineation Methodology Course Gopher Tortoise Authorized Agent (#33) Central Florida Association of Environmental Professionals Society for Ecological Restoration Education BA, Environmental Science/Architecture Why Kelley? Kelley is a senior ecologist with 25 years of experience as an environmental impact assessment and permitting specialist. Her expertise includes ecological assessments of flora and fauna (primarily in the southeast), with a specific focus on wetlands and wildlife as they relate to linear corridor analyses, environmental permitting, due diligence evaluation, and environmental monitoring. Her work includes wetland assessment, wetland delineation, and functional assessment of wetland impacts and proposed mitigation using the Uniform Mitigation Assessment Method, protected species analyses, and environmental permitting with local, state and federal agencies. Relevant Project Experience Georgia-Pacific Palatka Plant Expansion, Putnam County, FL. Environmental Specialist. Secured the environmental permits necessary to authorize construction for Georgia-Pacific's expansion of their facility in Palatka, near Rice Creek in the St. Johns River hydrologic basin. AECOM assisted with the due diligence, design, engineering, impact assessment and permitting associated within the manufacturing facility expansion footprint. Included additional structures, pavement, an additional gas meter station, stormwater treatment, and construction laydown and staging areas. Altamonte Reclaimed Water Main, Orange and Seminole Counties, FL. Environmental Project Manager. This project reduced the City's stormwater and reclaimed water discharges to the Little Wekiva River, provides additional reclaimed water supply to Apopka for reuse and recharge, and manages future stormwater flows. Kelley assisted engineers with the siting and routing of the pipeline by identifying the location of wetlands and/or listed species. Permits and/ or exemptions were obtained to authorize construction. Three Lakes Wildlife Management Area — Hydrologic Restoration Phase III, Fodderstack Slough Structure, SFWMD/FWC, Osceola County, FL. Ecologist. Provided ecological services for initial planning of the overall hydrologic restoration of this WMA. Construction packages were developed for the Lake Marian (G113) Water Control Structure. Worked directly with the FWC on the construction packages for the Fodderstack Slough Weir and the analysis and design of dredging in the canal leading up to the Lake Marian structure and the Parker Hammock slough to remove accumulated sediments. Various Pipeline -related Operations and Maintenance Projects, Florida Gas Transmission Company, Florida and Mississippi. Project Manager/Scientist for tasks including Federal, State and local agency environmental resource permitting, NPDES and construction dewatering permitting, wetland and upland evaluations, cultural resources assessments, contamination assessments, threatened and endangered species surveys, mitigation monitoring, and permit compliance. HASKELL I WE CREATE THINGS THAT MATTER 1 — 20 ABILITY OF PROFESSIONAL PERSONNEL Steve Rampulla, LEED AP Preconstruction Manager Years' Experience 32 Professional Registrations/ certifications LEED Accredited Professional Education BS, Civil Engineering Technology Why Steve? Steve has over 32 years of project management and estimating experience. As preconstruction manager, Steve is responsible for the preparation of complete project estimates from takeoffs and pricing for conceptual, guaranteed maximum price and lump sum bids. He oversees project estimators and assures that takeoffs and pricing are complete and accurate. His work also includes value engineering and constructability reviews, and alternate systems studies including cost and schedule impacts for specific projects. In addition, he also assists the project management team in procuring major subcontracts and material purchases and preparing schedules on successfully negotiated projects. Relevant Project Experience Lower North Tyger River Reclaimed WTF Expansion and Improvements, Spartanburg, SC. Design -build, $12 million. Haskell was selected to upgrade and expand the Lower North Tyger River Reclaimed WTF. The facility's capacity was expanded from 3.1 mgd to 6.76 mgd to accommodate additional flow from a new industrial user. The project included upgraded influent pumps, a new self-cleaning EQ tank and new UV system. Steve was the preconstruction manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Steve was the preconstruction manager. Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. Steve is the preconstruction manager. Building D2 Renovations, Upper Occuquan Service Authority, Centreville, VA. CMAR, $18.5 million. Haskell is providing renovations to each of their three (3) anaerobic digesters, replacing heat exchangers and other biosolids systems, installing new a dewatering centrifuge and new odor control systems. The upgrades to this wastewater treatment facility require significant MOPO. Steve was the preconstruction manager. Southwest Water Reclamation Facility Capacity Upgrades, St. Petersburg, FL. CMAR, $59.3 million. Haskell was selected to collaborate with the City's engineer to review design deliverables and provide constructability input for optimization and cost effectiveness for emergency capacity improvements and construction of approved improvements. Improvements included new cloth disk filters, renovated deep bed sand filters, a new chlorine contract chamber, new secondary clarification and other upgrades throughout the facility. Steve was preconstruction manager. HASKELL I WE CREATE THINGS THAT MATTER 1 - 21 ABILITY OF PROFESSIONAL PERSONNEL Bobby Bradley Construction Superintendent Years' Experience 22 Professional Registrations/ certifications Apprentice Program, North East FL Builders Association Supervisory School, Clemson OSHA 10-Hour Training Competent Person Training in Scaffolding First Aid/CPR Education Trade School, Journeyman Carpenter Why Bobby? As construction superintendent, Bobby is directly in charge of project construction, while supervising all trades and subcontractors toward quality performance and timely completion. He plans and schedules construction activities on a daily and weekly basis. In conjunction with the project manager, he plans and develops construction techniques and methods, such as formwork and temporary structures; materials handling; crew sizes; equipment requirements; and task sequences. Bobby is also responsible for recruiting and deploying all job personnel; layout of accurate lines and grades for all work; checking and verifying dimensions with construction drawings, as related to shop drawings and keeping the project manager fully informed of all construction activities.. Relevant Project Experience University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Bobby was superintendent. NAVFAC Indian Head Sewage Treatment Plant Upgrade, Indian Head, MD. Design -build, $13.2 million. Haskell was selected to conduct upgrades to an existing sewage treatment plant by converting existing extended aeration waste activated sludge facility to a continuous -flow SBR system for nitrogen reduction, followed by denitrifying filters, chemical phosphorus removal, UV disinfection and post aeration. Additionally, the project included a new pretreatment/ headworks facility for screening and grit removal. Annually, this plant removes an estimated 22,842 pounds of nitrogen that would have been discharged directly from the plant into the Mattawoman Creek, the Potomac River and, ultimately, the Chesapeake Bay. This project achieved LEED Silver. Bobby was the superintendent. Point Peter Wastewater Treatment Plant Expansion, Phases I and II, St. Marys, GA. Design -build, $37.7 million. This phased project consisted of Phase I that included a 1.8 mgd emergency expansion of the facility. Phase 11 consisted of the construction of a 4-mgd sequencing batch reactor (SBR) system as well as new screening and grit removal ahead of the SBR. An additional Phase 11 task was to build a biosolids building. Bobby was the superintendent. Annapolis Water Treatment Plant, Annapolis, MD. Design -build, $32 million. This new water treatment plant for the City of Annapolis consisted of the multifaceted construction of a new 8 mgd conventional water treatment process with tray aeration, rapid mixing, flocculation, sedimentation and filtration with multiple permitting agencies and risk due to ground conditions. Bobby was superintendent. HASKELL I WE CREATE THINGS THAT MATTER 1 — 22 ABILITY OF PROFESSIONAL PERSONNEL Ashraf Asad Scheduling Manager Years' Experience 41 Professional Registrations/ certifications Primavera P6 Project Management Institute Member Education BS, Architecture i Why Ashraf? With over 41 years of industry experience, Ashraf has extensive expertise developing and updating schedules and resolving schedule conflicts. Ashraf understands that working in collaboration with project teams is the key to successfully delivering projects on time and within budget. He has vast experience with resources and crew allocation, billing report preparation and forecasting. Relevant Project Experience Lower North Tyger River Reclaimed WTF Expansion and Improvements, Spartanburg, SC. Design -build, $12 million. Haskell was selected to upgrade and expand the Lower North Tyger River Reclaimed WTF. The facility's capacity was expanded from 3.1 mgd to 6.76 mgd to accommodate additional flow from a new industrial user. The project included upgraded influent pumps, a new self-cleaning EQ tank and new UV system. Ashraf was the scheduling manager. Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. Ashraf is the scheduling manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Ashraf is the scheduling manager. Opequon Water Reclamation Facility Green Energy Project, Winchester, VA. Design -build, $45.9 million. Haskell partnered with Frederick -Winchester Service Authority's engineer and energy performance contractor to design, permit and construct three (3) new anaerobic digesters, a digester control building, high -strength waste receiving station, an OSTARA nutrient - harvesting system and a new CHIP system. Haskell replaced the existing plate -frame presses with belt presses and performed various other facility upgrades. Ashraf was the scheduling manager. Southwest Water Reclamation Facility Capacity Upgrades, St. Petersburg, FL. CMAR, $59.3 million. Haskell was selected to collaborate with the City's engineer to review design deliverables and provide constructability input for optimization and cost effectiveness for emergency capacity improvements and construction of approved improvements. Improvements included new cloth disk filters, renovated deep bed sand filters, a new chlorine contract chamber, new secondary clarification and other upgrades throughout the facility. Ashraf was the scheduling manager. HASKELL I WE CREATE THINGS THAT MATTER 1 — 23 ABILITY OF PROFESSIONAL PERSONNEL Blaine Stone, PE O&M Training, Startup, Commissioning Years' Experience 14 Professional Registrations/ certifications Professional Engineer in CA Wastewater Treatment Plant Operator Grade V Water Treatment Operator Grade T2 Water Distribution Operator Grade D2 Education MS, Environmental/Environmental Health Engineering BS, Civil Engineering Why Blaine? Before joining AECOM, Blaine worked as a wastewater treatment plant operator at a new tertiary facility in Southern California and made the transition to engineer. Blaine worked with AECOM on the City of Davis design -build wastewater treatment plan upgrade. He currently works as a start-up and commissioning engineer, troubleshooting and optimizing operation and maintenance activities at wastewater treatment plants. Blaine has experience reviewing design documents for operational flexibility and preparing operation and maintenance manuals. Relevant Project Experience Project Engineer, Start-up and Commissioning Lead, City of Davis WWTP Secondary and Tertiary Improvements, Davis, CA. This project included planning, startup, commissioning and testing of the secondary and tertiary improvements at the City of Davis WWTP. Prior to initiating the startup phase, a transition plan was prepared to clearly describe the commissioning activities, testing requirements, and procedures to transfer ownership to the City of Davis staff. During the start-up and commissioning phase, included process troubleshooting, operations, maintenance, coordination, scheduling and training as part of the design -build team. This $70 million upgrade modernized the facility to meet more stringent water quality regulations and increase the plant treatment capacity to 18 mgd. The project included design and construction of activated sludge secondary treatment facilities (aeration and clarification), tertiary disc filters, chlorine disinfection, dechlorination, post -aeration, effluent pumping, flood control facilities and a new administration building. Rodeo Sanitary District, Wastewater Treatment Plant Improvements Project and Study, Contra Costa County, CA. Assisted in preparing preliminary and final designs for high -priority improvements to the Rodeo Sanitary District's 1.14 mgd secondary wastewater treatment plant. The project included evaluations, preliminary designs and engineer's opinions of probable construction costs for new improvements to the administration building, aeration basin, utility water pumping systems, digester equipment and PLC/SCADA system. Sewer Pump Station Design, Citywide Lift Station Assessments, City of Belmont, San Mateo County, CA. Project consisted of an assessment and inventory of the structural, mechanical and electrical components of the eleven sewage lift stations within the City of Belmont. Results from inventory and site assessments were then used as the basis of recommended improvements. These recommendations included planning -level cost estimates for development by the City staff into a Capital Improvement Program. A priority list of improvements was prepared to assist the City in expediting projects for the most critical needs. HASKELL I WE CREATE THINGS THAT MATTER 1 — 24 ABILITY OF PROFESSIONAL PERSONNEL Teri Williams. CSDP Business Diversity Manager Years' Experience 19 Professional Registrations/ certifications Certified Supplier Diversity Professional Associated Builders and Contractors Women Impacting Public Policy National Diversity Council American Institute of Professional Bookkeepers Education BS. Business Administration 11,1".. -r--;1 Teri has over 19 years of diversity coordination experience. As business diversity manager, Teri develops the subcontracting plan based on specific project goals, location and availability of certified subcontractors and vendors to the project. She is responsible for solicitation, certification documentation, project reporting and liaison duties, designing workshops, offering assistance on bid preparations, and outreach. Being the small business liaison with the Small Business Administration (SBA), she is also available to address the client's community in promoting minority business enterprises. Relevant Project Experience Mount Holly Pump Station and HDD, Mount Holly, NC. Design -build, $95 million. This project involves a new headworks with screening and grit removal, pump station, EQ storage tanks, dual force mains under river, modifications to existing facilities. Teri is the business diversity manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Teri is the business diversity manager. Southwest Water Reclamation Facility Capacity Upgrades, St. Petersburg, FL. CMAR, $59.3 million. Haskell was selected to collaborate with the City's engineer to review design deliverables and provide constructability input for optimization and cost effectiveness for emergency capacity improvements and construction of approved improvements. Improvements included new cloth disk filters, renovated deep bed sand filters, a new chlorine contract chamber, new secondary clarification and other upgrades throughout the facility. Teri was the business diversity manager. Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. Teri is the business diversity manager. Lower North Tyger River Reclaimed WTF Expansion and Improvements, Spartanburg, SC. Design -build, $12 million. Haskell was selected to upgrade and expand the Lower North Tyger River Reclaimed WTF. The facility's capacity was expanded from 3.1 mgd to 6.76 mgd to accommodate additional flow from a new industrial user. The project included upgraded influent pumps, a new self-cleaning EQ tank and new UV system. Teri was business diversity coordinator. HASKELL I WE CREATE THINGS THAT MATTER 1 — 25 ABILITY OF PROFESSIONAL PERSONNEL Brian Roundtree, CSP, CHST Safety Manager Years' Experience 30 Professional Registrations/ certifications Certified Safety Professional Board of Certified Safety Professionals Construction Health and Safety Technician Board of Certified Safety Professionals Safety Management Academy Clemson University EMT Training Safety Supervisors Certification I and II and Supervisor's Course for Safety OSHA Outreach Trainer and OSHA 30 Education BS, Occupational Safety and Health Why Brian? As safety manager, Brian is responsible for safety and health performance of Haskell's construction operations. He is instrumental in establishing rules and programs designed to promote safety and to make these rules and programs known to all construction employees. Brian makes necessary safety training and materials available, including first -aid training and certification for on -site project management. He conducts periodic inspections of all job sites, maintains records and continually monitors all aspects of the safety program for effectiveness. Relevant Project Experience Lower North Tyger River Reclaimed WTF Expansion and Improvements, Spartanburg, SC. Design -build, $12 million. Haskell was selected to upgrade and expand the Lower North Tyger River Reclaimed WTF. The facility's capacity was expanded from 3.1 mgd to 6.76 mgd to accommodate additional flow from a new industrial user. The project included upgraded influent pumps, a new self-cleaning EQ tank and new UV system. Brian was the safety manager. Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. Brian is the safety manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Brian is the safety manager. Advanced Water Reclamation Facility Expansion and Improvements, City of Alachua, Alachua, FL. CMAR, $21.2 million. This project involved the expansion and improvements to the existing 0.9 mgd water reclamation facility to a capacity of 1.5 mgd with reuse quality effluent and provisions for future expansion to 4 mgd. The project was SRF funded. Brian served as safety manager. Point Peter Wastewater Treatment Plant Expansion, City of St. Marys, St. Marys, GA. Design -build, $37.7 million. This phased project consisted of Phase I that included a 1.8 mgd emergency expansion of the facility. Phase II consisted of the construction of a 4-mgd sequencing batch reactor (SBR) system as well as new screening and grit removal ahead of the SBR. An additional Phase 11 task was to build a biosolids building. Brian served as safety manager. HASKELL I WE CREATE THINGS THAT MATTER 1 — 26 ABILITY OF PROFESSIONAL PERSONNEL Kevin Kett, PE QA/QC Manager Years' Experience 35 Professional Registrations/ certifications Registered Professional Engineer in FL Registered Threshold Inspector in FL RCI, Level 1 Infrared Thermography Education BS, Occupational Safety and Health Why Kevin? As QA/QC manager, Kevin conducts document review during design development, preconstruction conferences to define quality standards, helps interpret specification and drawing requirements and plans inspection procedures during construction. He inspects construction progress at intervals to determine compliance with contract documents. Kevin produces an inspection report for each trip, indicating deficiencies, as noted, and corrective actions. He identifies a construction -materials testing laboratory and manages the testing program throughout construction. Relevant Project Experience Lower North Tyger River Reclaimed WTF Expansion and Improvements, Spartanburg, SC. Design -build, $12 million. Haskell was selected to upgrade and expand the Lower North Tyger River Reclaimed WTF. The facility's capacity was expanded from 3.1 mgd to 6.76 mgd to accommodate additional flow from a new industrial user. The project included upgraded influent pumps, a new self-cleaning EQ tank and new UV system.. Kevin was the QA/QC manager. Lower Poplar and Rocky Creek WRF Upgrades, Macon, GA. Design -build, $49 million. Haskell was selected for the upgrades to the water reclamation facility, including four (4) influent channel screen replacement, a new grit removal system, a solids dewatering equipment replacement and building renovation, bioreactor aerator motor replacement and sodium bisulfite feed system repair chlorine analyzer replacement. Kevin was the QA/QC manager. University Park Wastewater Treatment Plant Upgrades, University Park, PA. Design -build, $62.9 million. The project consists of a new primary wastewater treatment system, including fine screening and grit removal pretreatment followed by biological and membrane treatment systems. The new system produces high -quality reuse water for irrigation throughout the Penn State University campus. Kevin was the QA/ QC manager. Advanced Water Reclamation Facility Expansion and Improvements, City of Alachua, Alachua, FL. CMAR, $21.2 million. This project involved the expansion and improvements to the existing 0.9 mgd water reclamation facility to a capacity of 1.5 mgd with reuse quality effluent and provisions for future expansion to 4 mgd. The project was SRF funded. Kevin was the QA/QC manager. Point Peter Wastewater Treatment Plant Expansion, City of St. Marys, St. Marys, GA. Design -build, $37.7 million. This phased project consisted of Phase I that included a 1.8 mgd emergency expansion of the facility. Phase II consisted of the construction of a 4-mgd sequencing batch reactor (SBR) system as well as new screening and grit removal ahead of the SBR. An additional Phase 11 task was to build a biosolids building. Kevin was the QA/QC manager. HASKELL I WE CREATE THINGS THAT MATTER 1 — 27 ABILITY OF PROFESSIONAL PERSONNEL Team Member Bios Qualifications: Doug has extensive experience designing multiple structures on numerous AECOM design -build wastewater projects with headworks and pump stations. —?:F" Ufffiffif- I E U = 0 2 � Qualifications: Ira is experienced in design of process electrical power and control systems, emergency generation and lighting systems, and _ instrumentation for W/WW facilities. Project Role: As the lead structural engineer, Doug will be responsible for structural evaluations, building and structure foundations. He will working closely with other design and construction team members and applying lessons learned on previous wastewater treatment plant design -build projects. Project Role: As an electrical engineer, Ira will work closely with Yasser Rizk on electrical designs, calculations and integration with existing electrical supply for the NCWRF headworks project. Qualifications: Sarah is an I9.0 engineer Project Role: In her role as I&C engineer, Sarah will support Bill in AECOM's Design -Build Design Overbeek in evaluating and designing controls systems for the NCWRF Center of Excellence. She is experienced Headworks project. Sarah brings lessons learned from recent AECOM on W/WW system controls and design- design -build treatment plant projects in Davis, CA, East Providence and build implementation. Newport, RI. Qualifications: Dustin is a civil engineer Project Role: Dustin will be responsible for the civil/site design for the with a broad range of experience, headworks project, including the site layout, clearing and grading, including projects for Collier County roadways and pavements, stormwater control systems and landscaping and leading the design development for appropriate for conditions and use. several master WW pumping stations. Qualifications: Mike has over 29 years 1-1 UJVLL MUIV. Mike is responsible for the preparation of complete of project management and estimating project estimates from take -offs and pricing for conceptual, guaranteed experience. He is known as one of the maximum price and lump sum bids for heavy civil, industrial and water leading equipment and mechanical and wastewater treatment projects. He oversees project estimators estimators in the country. and ensures that take -offs and pricing are complete and accurate. Qualifications: Donnie advises our clients of design decisions that affect project costs and provides creative , eject Role: Donnie works with the design team to develop project documents and costs at various stages throughout the design. He has previously acted as a liaison between the engineer and general alternatives as well as practical cost- contractor to ensure the approval and delivery of required shop savings suggestions. drawings for multi -million dollar water and wastewater projects. Qualifications: Eddie has over 26 years Project Role: As electrical estimator, Eddie is responsible for estimating in electrical design and estimating of project costs, bidding out work, coordinating design and construction municipal design -build projects. in the development of pricing drawings, scheduling, proposal development, change order pricing and working with subcontractors F�ffl and vendors. HASKELL I WE CREATE THINGS THAT MATTER 1 — 28 ABILITY OF PROFESSIONAL PERSONNEL Team Member Bios I Continued Qualifications: Jeannette has over 11 Project ku_ As general estimator, Jeannette is responsible for years of estimating experience for estimating project costs, bidding out work, coordinating design and a multitude of projects, including construction in the development of pricing drawings, scheduling, wastewater and water projects. proposal development, change order pricing and working with subcontractors and vendors. Qualifications: Frank has over 19 years' ,act Role: Frank will be responsible for coordination with the Collier engineering experience in Southwest County Growth Management Department (GMD) to obtain the SDP Florida. He has experience in permitting amendment and provide support for site planning and design. He also coordination with SFWMD, SWFWMD, will provide support for modifications to the FDEP environmental FDEP, Collier and other counties. resource permit (ERP). Qualifications: Nick's experience Project Role: Nick will maintain oversight of project control systems, includes wastewater and water including Procore and Primavera PG to ensure accurate forecasting and projects up to $70 million. intended outcome. 4"_ Qualifications: Paul is a recognized ,roject Role: Paul's duties begin during preconstruction, with the expert in the construction of water and review and evaluation of all levels of design for constructability, value wastewater treatment plants and has engineering options and alternative construction systems. served in leadership roles on more than 12 design -build projects. Qualifications: Richard has over 21 1 VJCLL Role: Richard's duties begin during preconstruction, with the i years of construction experiencing review and evaluation of all levels of design for constructability, value building wastewater and water engineering options and alternative construction systems. projects valued up to $128 million. Qualifications: Bryan's experience ject Role: Bryan provides executive oversight for all phases of project includes design -build projects up to delivery, including client relations, estimating, procurement, scheduling, $250 million. He has helped countless contract administration, project controls and construction coordination. owners realize the benefits of Bryan has full authority to commit company resources as required for collaborative project delivery. the successful delivery of the NCWRF Headworks project. Qualifications: Scott has managed the Project Role: Scott is a manager in AECOM's Design -Build Design design and construction of 15+ WWTPs, Center of Excellence. He will provide the County with unparallele the majority of which were design- access to design -build experts and will work closely with the Has build. His design -build projects alone AECOM Team to ensure a collaborative approach to all aspects of are valued at over $500 million. NCWRF Headworks project. d I<ell- ABILITY OF PROFESSIONAL PERSONNEL Team Member Bios I Continued Qualifications: James has over 19 years of experience, specializing in HMI programming, PLC programming and networks. Project Role. James will provide oversight of all SCADA integration by planning, executing, monitoring and controlling and closing the integration to quality standards. Qualifications: Donald has over 15 years Project Role: Donald will be responsible for leading all design of survey experience. He has previously topographic surveys and construction stakeout services. His expertise completed projects for Collier runs across all disciplines and includes directing survey field crews on County Public Utilities, Stormwater, data collection for design surveys, boundary surveys, and construction Transportation and others. surveys. He will also be responsible for oversight of SUE services. Qualifications: Jeff has over 24 years Project Role: Jeff will serve as the lead geotechnical engineer. He will with a wide range of experience in be responsible for completion of on -site subsurface soil investigations geotechnical, materials testing and and preparation of a geotechnical report for design of the headworks engineering and inspection services. structure. Qualifications: Yvonne is a bilingual ,roject Role: Yvonne will serve as the public relations manager for public relations, public advocacy and all community outreach activities. She is currently providing public community engagement specialist with information efforts on the Collier County MPS 306 and MPS 308 12 years of experience. projects. Qualifications: Tracy's experience 1-1 UJ VLL mole. Tracy will serve as a technical advisor and provide includes engineering electrical systems electrical design assistance for the headworks project. She has for municipal water/wastewater extensive experience working at the NCWRF and an excellent treatment plants, wastewater understanding of the existing electric service and power distribution at collection pump stations among others. the facility and requirements for increased electric capacity. HASKELL I WE CREATE THINGS THAT MATTER 1 — 30 Y 1 ( !14.. ammov- Certified Minority Business Enterprise Haskell and AECOM are not certified minority business enterprises (MBEs). However, we are committed to utilizing well -qualified, strategically selected MBE subconsultants and subcontractors for the NCWRF Headworks project, such as RKS Consulting Engineers and Quest Corporation of America. A combination of traditional small business program activities and firm -specific approaches are used to ensure equal access of subcontracting opportunities. Deep community involvement, support of business partners, networking, training, and outreach events are only part of our committed efforts. Our small business advocates work closely with the project teams during the market -research and planning stages to ensure that small businesses are considered first for all acquisitions. Our team freely advises and counsels small businesses interested in working with us and will schedule meetings with those businesses to foster growth and development through training. These firm -specific and traditional approaches provide tools for individual small business growth strategies, helping to create the right solutions for our community. "We understand that we strengthen and grow our business by creating opportunities to participate in meaningful ways on major projects, like the Design Build Services for the NCWRF Headworks.ar Teri Williams, Business Diversity Manager Haskell r 0 Spotlight Teri Williams, Business Diversity Manager Haskell is one of the few contractors in the country with a department solely dedicated to reaching and exceeding minority and small business goals on projects. Teri Williams has over ten years of experience in training and supporting MBEs throughout Florida. Organizations such as the Jacksonville Women's Business Center have recognized Teri and Haskell for these efforts in bringing benevolent guidance to the local small business community. SBAD.B.imallBuslness a2 .Pogpgpl�BtRp>.I� u gdmipi,lral�pp '�� aao�wa� wF 3�z s°Sso4 -Ag4XCAA nh.rt �o„ .3 9 or May 22, 2018 (NF Dear Teri. The Jacksp ?d li Wt%L Business Cen[er 0.BQ and SBA's North Flpritla Disfritt Office resoDoc would like tp mke thisppPortuniryro Nank ypp forprpvidinga Naskell Company e (Nirple pearspnJ (prpur2mgnnual Small Business Summit (SBSJ! Thanks m The attenell Cpmpanyssupport, we received ppsibve feedback And manyolNose In �catnce came away with a better untlerstanding ptwhat Wrtneragoncies, prime eon rs, lacal,smro andtMeral governmentagenttes have to oRer! �ablehrespurcetin Nesmal bu-�ssmmmanity.ch suttessasyou continue to bea Si —Y,, ,T& v aa� HASKELL I WE CREATE THINGS THAT MATTER 2 - 1 5. t� �16 % Past Performance ► Experience with We are experienced, trusted and design -build and progressive design - Similar Projects available for your project. build. Our management team has worked together on multiple projects, The Haskell-AECOM Team believes Haskell including the Town of Davie and we are the most qualified and Collier County projects. Many of our experienced team to deliver the As a national leader in collaborative key team members are discipline Y p NCWRF Headworks project for Collier delivery, our team has a strong history specialists in our Design -Build P 9 sCenter County. Beginning on page 3-6, we of working together on design -build of Excellence and regularly g Y have included our five (5) selected projects. Additionally, all Haskell team collaborate to deliver effective design 9 projects, along with each project's members selected for the NCWRF solutions for wastewater and water corresponding Attachment B - Form 8. Headworks project are working in the treatment projects. ro p1 same office, on the same floor, within We have also included a table below highlights a 30-second walk from one another. Industr Leadership Y P that the relevancy of each We interact with each other every project to the NCWRF Headworks day to collaborate, create innovative Key members of the team are project. solutions and provide our clients with nationally recognized design -build world -class service. experts and hold leadership positions ► Team Member with both the Design -Build Institute of Experience AECOM America (DBIA) and Water Design- WorkingTogether 9 Build Council (WDBC), furthering our AECOM's design team has extensive established working relationship. The Highlighted in the graphic in Ability of experience working together on County will benefit from our team's Professional Personnel, page 1-4, our similar wastewater treatment plant knowledge of best practices and team's interconnectivity is one gained upgrades across the U.S. Many of nationwide experience. Benefits of the through decades of working together. our team's projects were delivered via alternative delivery, including Sandy Run Creek Water Pollution Control Plant (WPCP) Expansion Eastern Water Reclamation Facility Water Reclamation Facility and WTP Point Peter Wastewater Treatment Plant Expansion, Phases I and II Wastewater System Improvements Advanced Water Reclamation Facility Exit 29 WPCP Expansion & Improvements S1 WWTP Improvements Opecuon Water Reclamation Facility (WRF) Green Energy Project PAST PERFORMANCE IL 4► HASKELL Haskell-AECOM Team to the County include: ♦ Significant institutional knowledge of the NCWRF, collection system and established relationships with County staff ♦ An elimination of the learning curve, as our firms and individual team members have worked together on numerous projects ♦ Having met with NCWRF staff and leadership to understand your needs to provide thoughtful innovation ♦ Superior wastewater headworks experience ♦ Seasoned and experienced local leadership professionals that are focused on your satisfaction ► Experience with Project Scope Elements As highlighted on the table on the previous page, our team's experience with the project scope elements reinforces the strength and depth of experience our team possesses. We Our team has extensive headworks experience. Creating resiliency within a plant to eliminate a single point of failure is our standard. We understand maintenance of plant operations (MOPO) is essential to a project running smoothly and on schedule. ■ have many years of history working with the County and at the NCWRF specifically. We are currently performing a hydraulic analysis of the collection system and of the treatment facility itself, including the existing headworks/ pretreatment facility. Our ongoing work in the collection system will help us define the hydraulic influent conditions currently being experienced at the headworks. Ongoing work in the treatment plant itself will provide us with in-depth knowledge of interconnecting pipes and hydraulic capabilities associated with adding influent flow metering and reconnecting this pipework to a new headworks facility. Staff assigned to this project have designed and constructed many headworks facilities across the country and around the globe. We understand the importance of no single point of failure and ensure all our projects are designed and built with this as a forefront consideration. We also understand the headworks is an extreme environment and must be properly maintained while ensuring treatment capacity 24/7 by incorporating sufficient flexibility to isolate every We are a local, ■ Haskell has dedicated team. delivered over Our team has 2,500 collaborative worked with Collier delivery projects, for over 30 years, with over 1,100 in which will expedite Florida alone. the progress, ■ AECOM's Water coordination and Design -Build project efficiency. Group has We live and work delivered over $1.25 in Collier County billion in at -risk and have a vested work over the past interest in the 20 years. success of your ■ We are experts in project. the design -build wastewater space. portion of the facility for regular and critical maintenance. Through our extensive project experience, we have evaluated, designed and built all the screening and grit removal technology options currently available. We will bring this experience to the County to select the most appropriate solutions for this new headworks facility, including influent flow metering, screening, bypassing and equalization, grit removal, odor control and overall layout to accommodate both current and future plant needs. This need could entail a future change in secondary treatment process that would dictate special screening requirements. The team has the experience to implement solutions such as dual screening and fine screening for enhanced performance. It is understood that efficient grit removal is important to the County and our team has experience with technologies such as the ultra - efficient multiple tray grit separators for removal of fine grit over a wide range of flows. Additionally, we understand the importance of properly HASKELL I WE CREATE THINGS THAT MATTER 3 — 2 PAST PERFORMANCE protecting all aspects of this facility from the harsh conditions and have demonstrated experience in properly selecting all materials of construction to minimize corrosion and provide longevity while minimizing maintenance needs. With the proximity of neighbors, odor control is important. Our team has a wide array of experience evaluating the benefits, design and construction of the various options available, including both biotowers and chemical scrubbers. As stated in the RPS, the proposed improvements include a new Class 1 reliable electric service be constructed to support the headworks facility and increase the electrical load capacity of the NCWRF. Our team understands the County is seeking a new standby power generator to provide backup power for the increased load. Since the County has an existing load sharing agreement with FPL, the new generator may be subject to more stringent reciprocating internal combustion engines (RICE) ter..00 National Emission Standards for Hazardous Air Pollutants (NESHAP) for design of the generator. Our team has extensive experience working with FPL for new electric service to treatment facilities and design of standby power generators. We are currently working on an electrical system upgrade for the City of Fort Myers Central and South AWWTFs, which includes new electric service to both plants and new main switchgear buildings and standby power generators that are compliant with the RICE NESHAP emission requirements. Our team has also completed a technical memorandum on the "Determination of Engine Classification and NESHAP Compliance" for RICE owned and operated by the County. Additionally, our team has extensive experience working at the NCWRF and an excellent understanding of the existing electric service to the NCWRF and requirements for increased electric capacity. As is typical of large utilities that have evolved over time, been designed by various engineers and administered by various management teams, the Collier County Public Utilities Department has developed a standard product list for its water, wastewater, irrigation quality water, electrical and I&C systems. Our team recently completed work orders for the County to assist in the development of a standard product list, which was developed from a collection of institutional knowledge based on operational and engineering experience. We also assisted the County in the development of a sole - source waiver request for certain wastewater process equipment at the County's existing wastewater treatment facilities. Our team's understanding of the County's utility systems and its standards and procedures gives us exceptional insight to the requirements for design of the new headworks facility. HASKELL I WE CREATE THINGS THAT MATTER 3-3 Wastewater and Water Project Experience with Collier County PAST PERFORMANCE orth County ReJ191 WTP Original Plant Design and Construction (1992) Day Tank Replacement, Design and Construction Services Imperial Golf Course Blvd. Immokalee • PLC 1/0 Replacement Program, Water Main Replacement Phases 1 to 4, Design and Construction CEI Services Odor Control Units 1-41&C Bay Colony Shores Water Main �. Bonita Shores Improvements Program, Design and Construction Replacement CEI Services Wellfield I&C Improvements Program, Pelican Bay MPS 109 Upgrade, ll Planning, Design and r' ; ., Park Sunnilan: Design and Construction Construction Services •Naples Carica Pump Station Day Tanks and I Golden Diesel Fuel Storage Tank Replacement, h Gate Design and Construction I • South County Regional WTP Naples t::"•- 8mgd RO Expansion Design and Construction (2005) Master Pump Station 306 Wastewater Basin Analysis Program ------- "'•---------------------------- - --- ' Reactor Tanks 2 & 3 Improvements, Planning, Planning, Design and Construction ------------------------- Design and Construction *Naples Manor Services Henderson Creek Water l -- •' `.• Distribution System Improvements Design and Construction J SCWRF Electrical Upgrade Design and Construction Manatee Station Fuel System Improvements Design and �•.- West Wind Mobile Home Park Construction Services • Water Distribution System Marco Improvements, Design and Isle of Capri Pumping Station Island Construction Services Hydraulic Improvements Design and Construction Ever lades City Goodland Station Upgrade Planning, Design and .......• Studies Construction Services • Public Utilities Master Plan and Updates Goodland Drive Water main • Wastewater Conveyance System Hydraulic Model Construction and Calibration replacement CEI Services • NE Service Area Hydraulic Modeling Master Plan • South Service Area Wastewater Conveyance System Hydraulic Modeling ► Experience with Collier County AECOM has completed many important projects for the County under stand- alone and continuing service contracts, including the original design of the NCRWTP in 1992 and upgrades to the NCWRF. AECOM has also served as a consultant to Collier County since September 2005 under the continuing service contracts. Under the continuing service contracts, we have completed over 100 assignments on a wide range of technical areas, including wastewater treatment and reuse, SCADA and I&C, hydraulic modeling, CEI services, potable water treatment, wastewater collection and conveyance and potable water transmission and distribution. AECOM has served as the County's Public Utilities master plan consultant since 2012 and was recently selected for the master plan update. We have a detailed understanding of the County's infrastructure and significant insight to the County's short- and long-term objectives for the NCWRF Headworks project. Our Design Manager Ronald Cavalieri is the principal -in -charge for the current Utilities Master Plan Update. AECOM is also the County's wastewater conveyance system hydraulic modeling consultant and was responsible for the original model construction and calibration. We have completed or are working on several work orders related to application of the wastewater conveyance system hydraulic model, including the Northeast Service Area Hydraulic Modeling Master Plan, Wastewater Basin Analyses Program, and South Service Area hydraulic modeling whose objective is to develop a strategy for diverting wastewater flows from the South County Water Reclamation Facility to the North County Water Reclamation Facility. AECOM is the County's SCADA and I&C consultant assigned to the NCRWTP and has a thorough understanding of the County's communication protocols. We have completed or are working on more than 20 separate SCADA and I&C work orders, including a PLC 1/0 Replacement Program at the NCRWTP and a North Wellfield I&C Improvements Program. AECOM is also the Wastewater Basin Analyses Program consultant for the County's MPS 306 Basin. The work in this program included a detailed assessment of the Basin 306 existing wastewater conveyance system infrastructure and recommended improvements to meet long-term flow projections over a 20-year planning horizon. The recommended improvements included over 17,000 linear feet of 24-inch and 30-inch HDPE force main, upgrades to MPSs 303 and 304 and 27 duplex pump stations and a new MPS 306. The MPS 306 includes innovative design as an in -line booster pump station and complex system hydraulics to provide HASKELL I WE CREATE THINGS THAT MATTER 3 — 4 PAST PERFORMANCE History of Minimizing Change Orders Our team's project history is a further Wastewater Treatment Plant Expansion and Improvements $27,686,841 $27,686,841 0 demonstration of our Exit 29 WPCP Expansion and Improvements $20,231,o8o $20,219,133 0 ability to manage scope Point Peter WWTP Expansion, Phases I and II $38,613,981 $37,762,532 0 cost and schedule to Wastewater Treatment Plant No.3 Upgrades s16,136,837 $16,136,837 0 deliver projects with no or minimal change SCRWTP Reactor Tanks 2 and 3 Upgrades $495,500 $48o,5oo 0 orders. A sampling of Carica Pump Station Diesel Fuel Storage Tank $218,800 $218,000 0 change order history NCRWTP Day Tanks Replacement $193,200 $193,200 0 is provided to the right. On all of these SCWRF Electrical Upgrade $800,9oo s800,9o0 0 contracts, the final M PS 109 Improvements $1,597,000 $1,597,000 0 construction cost was Goodland Station Improvements $516,ioo $516,100 0 the some or less than the Naples Manor WM/MPS 306 Phase III FM $2,231,000 $1,524,000 0 original contract amount. Septic Tank Replacement Program $77,300,000 $66,loo,000 0 MPS 303 and 304 Rehabilitation $3,041,579 $3,041,579 0 Basin 306 Duplex PS Rehabilitation Group 1 $2,013,000 $2,013,000 0 Basin 306 Duplex PS Rehabilitation Group 2 $1,766,172 $1,766,172 0 MPS 306 Force Main Phase $1,107,859 $1,107,859 0 capability of pumping to either MPS 302 team. If a client -requested change essential to our cost control system. We or the SCWRF. order does arise, we have established track the status of all requests from the processes to responsibly expedite the County on our change order proposal AECOM's extensive Collier County process. log. Upon receipt of a written request design, permitting and construction from you, we evaluate the change, experience, coupled with our knowledge Rapid and Reliable considering: of the NCWRF, will benefit the County Response with lower cost and a shorter delivery ♦ Feasibility schedule. Effective change order management ♦ Contractual scope enables us to respond to your evolving ♦ Schedule impact ► Minimization of needs. We are dedicated not only to ♦ Cost and resource impact Change Orders adapting to your requests, but also to A change that does not affect these help you define and optimize them. h considerations is immediately approved Our design -build clients do not Flexibility is key in working with you and communicated to the appropriate experience change orders for contract throughout the project. Our change team members for implementation. services. Only client -initiated changes order system provides rapid, reliable orders, or changes resulting from and fair handling of modifications, which A request from the County that has unforeseen site conditions and fosters desirable improvements and a cost or schedule impact is further changes in regulatory requirements, minimizes the impact of unavoidable analyzed by the team members. A have occurred on our design -build changes. response, including estimated price, is projects. Our design -build experience, promptly returned to you for your review knowledge and leadership, combined Keeping the Team and approval. with our financial strength and quality Informed management program ensures the County that the project will not be Monitoring and promptly reporting the impacted by change orders from our outcome of requested changes are HASKELL I WE CREATE THINGS THAT MATTER 3 - 5 Iwo Sandy Run Creek Water Pollution Control Plant (WPCP) Expansion City of Warner Robins I Warner Robins, GA Project Relevancy ✓ New headworks ✓ New grit removal system ✓ Influent channel screens replacement ✓ Chemical feed system repair ✓ MOPO ✓ Design -build wastewater project ✓ Similar contract value ✓ Municipal client ✓ Significant savings realized by the owner during preconstruction due to Haskell innovations ✓ Self -performance Delivery Method Design -build Why We Were Successful The original engineer's estimate for the project was more than $55 million, which was far beyond the City of Warner Robin's $30 million budget. The Haskell Team identified ways to optimize, reuse and value engineer the project to meet the owner's budget, while meeting the flow and effluent requirements. Project Description Serving a population of over 75,000 in the City of Warner Robins, GA, the Sandy Run Creek WPCP had not been upgraded or significantly renovated since its last major expansion in 1986. In May 2008, the Georgia Environmental Protection Division issued modifications to the NPDES Permit and though most of required the modifications were fairly minor, renovations were needed to avoid violations. The City also realized that additional capacity was required to meet future needs. The Haskell -led, design -build team partnered with the City during preconstruction services to establish an open -book GMP to complete the required plant upgrades. The completed project increased the monthly average flow from 9 mgd to a monthly average of 12 mgd and a peak flow of 30 mgd. The new headworks system of the plant now receives the influent wastewater for preliminary treatment, including screening and grit removal. A new aeration system, including fine bubble diffusers and new high -efficiency turbo blowers, were incorporated into the project saving significant energy. Two (2) new 140-foot diameter clarifiers together with a combination mixed-liquor/suspended-solids flow splitter and return and waste -activated sludge pump station (RAS/WAS) were constructed to manage the solids. The project also included an approximately 2,000 square feet administration building and numerous technical improvements to the existing control building. Haskell delivered the 12-mgd capacity plant at a final cost of $29.5 million, below the City's budgeted $30 million. Overall, the facility's renovations enable the City to more cost effectively provide clean water not only to their current customers, but also for future growth. Cost $29,517,906 HASKELL I WE CREATE THINGS THAT MATTER 3 - 6 4. EXPERIENCE/PROJECT TEAM Schedule Start: March 2012 Completion: March 2016 Change Orders Change order was due to owner - directed increases in scope and services, including additional paving, building renovations and additional processes. Client Contact City of Warner Robins Montie Walters, Director, Utility Department 478.929.1903 mwalters@wrga.gov Key Team Members Cheryl Robitzsch I Director of Design Paul McElroy I Director of Construction Richard Moore I Director of Construction Brian Roundtree I Safety Manager Kevin Kett I QA/QC Manager Teri Williams I Accounting Representative Bryan Bedell I Executive Support HASKELL I WE CREATE THINGS THAT MATTER 3 - 7 4. EXPERIENCE/PROJECT TEAM Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design Build Services for the NCWRF Headworks, RPS No.: 20-7722 Reference Questionnaire for: Sandy Run Creek Water Pollution Control Plant (WPCP) Expansion The Haskell Company (Name of Company Requesting Reference Information) Bryan Bedell (Name of Individuals Requesting Reference Information) Name: Montie Walters Company: City of Warner Robins (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 478.929.1903 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Design -build of required plant Completion Date: _03/15/2016 upgrades and new headworks system._ Project Budget: _$29,517,906 Project Number of Days: 1,461 days 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. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 HASKELL I WE CREATE THINGS THAT MATTER 3 - 8 Ir 41 Tom, --------------- I F-W. Akz +ems Eastern Water Reclamation Facility Orange County utilities i Orlando, FL Project Relevancy Reclamation Facility (EWRF). Major ♦ The new pretreatment structure ✓ Replacement of an existing projects are summarized below. sized for a peak flow of pretreatment structure 106 mgd includes three ✓ Treatment capacity of 24 mgd Phase IV: AECOM provided hydraulically cleaned band AADF, expandable to 40 mgd design, permitting and construction screens with space for a AADF administration services for the Phase fourth, a grit removal system ✓ Existing screen maintained in IV expansion. The project included consisting of three stacked tray operation during construction and a new biological treatment basin vortex (Headcell) units with FDEP compliance maintained for (Basin No. 7) using a modified step space for a fourth, a grit washing duration of the project feed biological nutrient removal and classifying system and grit process. The modified step feed pumping equipment. Return Delivery Method configuration consists of a series activated sludge helps control Design -bid -build of 4 stage processes followed by a odors and a biological trickling reaeration zone. Each four stage filter odor control system Why We Were Successful process consists of anaerobic, anoxic, removes odors from the AECOM has worked with the County aerobic and a second anoxic stage pretreatment structure influent on upgrades and expansions at operated in sequence. At the effluent channels. EWRF for more than a decade. Our end of the process, a reaeration zone ♦ As part of this expansion, the team leverages our unparalleled converts any remaining ammonia to existing five -stage Bardenpho knowledge of the facility and our nitrate and uptakes phosphorus prior treatment trains were upgraded industry leading experts to deliver to discharge to the clarifiers. This with new fine bubble diffusers, innovation in a cost effective and expansion also included the addition new blowers and mixing timely manner. of one secondary clarifier. equipment. A new supplemental Phase V: AECOM provided carbon system was added to Project Description all treatment trains. Ammonia, AECOM has provided design, permit- design, permitting and construction administration services for the Phase nitrate, DO and pH are ting and construction administration monitored throughout the facility services for multiple expansion proj- V expansion from 19 mgd to 24 mgd. Major facility upgrades included: for process control. ects at the County's Eastern Water HASKELL I WE CREATE THINGS THAT MATTER 3 - 9 4. EXPERIENCE/PROJECT TEAM ♦ A new clarifier was added and the existing clarifiers were refurbished. All upgrades include energy dissipating inlet center feed wells, rotating spiral blade scrapers, sludge blanket indicators and density current (Stanmford) baffles to keep lighter solids away from the effluent weirs. Four (4) flow diversion structures were added downstream of the secondary clarifiers in each treatment train. The diversion structures provide flexibility to the operations staff to reject all or a portion of flow based on effluent quality or high flow volumes. Five (5) new disk filters were added and an existing flocculation basin was converted into a filter splitter box to proportionally split flow between the existing traveling bridge filters and new disk filters. A new chlorine contact chamber was installed downstream of the new filters. A chemical mixer for sodium hypochlorite was installed at the tank's influent opening downstream of the influent gate. Sodium hypochlorite is flow paced with a trim based on effluent quality. ♦ Sludge thickening improvements included refurbishing the existing sludge holding tanks with gravity thickening equipment, a new centrifuge building and three centrifuge dewatering units. An activated carbon odor control system was installed on the new building. ♦ The project also included multiple new effluent pump stations, new MCC and electrical building and refurbishment of an existing electrical building as well as replacement of the reject pond liner and automation improvements throughout the facility Cost Engineering: $6,425,040 Construction: $64,000,000 Schedule Start: May 2015 (construction) Completion: May 2019 (substantial completion) Change Orders There were no design change orders on this project. Client Contact Orange County Utilities Mike Hudkins, PE Director of Operations 407.254.9685 michael.hudkins@ocfl.net Key Team Members Ira Brandell I Electrical Bill Overbeek I SCADA/I&C i -L HASKELL I WE CREATE THINGS THAT MATTER 3 - 10 4. EXPERIENCE/PROJECT TEAM Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7722 Reference Questionnaire for: Design Build Services for NCWRF Headworks (Name of Company Requesting Reference Information) AECOM Technical Services, Inc. (Name of Individuals Requesting Reference Information) Name:Terra Reffitt (Evaluator completing reference questionnaire) Email: FAX: Company:Orange County, FL (Evaluator's Company completing reference) 407-947-9802 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Eastern Water Reclamation Facility Completion Date: March 3, 2019 (substantial) Project Budget: $65 M (construction) $6.5 M (engineering) Project Number of Days: 1,373 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. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 HASKELL I WE CREATE THINGS THAT MATTER 3 - 11 Water Reclamation Facility and WTP Town of Davie I Davie, FL Project Relevancy ✓ Design -build wastewater project ✓ New headworks facility ✓ Key team members from Davie project assigned to NCWRF Headworks Delivery Method Design -build Why We Were Successful AECOM was the prime contractor and provided schedule, safety, and financial control of 16 trade subcontractors and 23 vendors. In total, more than 20 separate permits were obtained to enable the construction and operation of the new facilities, including a consumptive use permit, underground injection control permits, site plan permits and a reuse application that meets the equivalent of Title 22 standards. Early selection of equipment vendors ensured that all facilities could be housed on the tight site. Onsite tilt -up construction methods were employed for all exterior walls, which shortened the construction schedule and allowed us to monitor quality. Project Description As the prime design -builder, AECOM provided permitting, preliminary and final design, and served as the general contractor for construction of the $112 million Town of Davie (TOD) water and wastewater system expansion project. At the heart of the project are a new and a 3.5-mgd MBR water reclamation plant (expandable to 7 MGD) and a 6-mgd reverse osmosis (RO) water treatment plant (expandable to 12 MGD) that were strategically co -located in one campus in proximity of large reuse water users. The project also comprised of five (5) Floridan aquifer production wells located both onsite and off -site to feed the new water plant and two (2) deep injection wells for disposal of the water plant concentrate and off -specification reclaimed water, including three (3) Crom tanks and associated pumping stations for W effluent storage/disposal, reuse and potable water. WRF Treatment Process. Raw wastewater is pumped from wastewater collections underground pipes and lift stations located throughout the town. The raw wastewater is directed to the headworks building and passed through fine screens to remove large debris. Next, inorganic material such as sand and grit is removed through a centrifuge chamber. This is followed by biological treatment (anaerobic and aerobic digestion to break down the waste). It is then filtered (passing through membranes). The treated water is disinfected using UV radiation and ready for use. Reuse water is stored onsite and pumped as needed into the reclaimed distribution network. Reclaimed Water Network. Additionally, AECOM conducted the preliminary design of 29,000 feet of reuse network (Phase I & II of TOD reclaimed water network) and successfully accomplished the final HASKELL I WE CREATE THINGS THAT MATTER 3-12 4. EXPERIENCE/PROJECT TEAM design and construction of 18,400 feet of TOD reclaimed water network (Phase 1). The reclaimed water PVC pipe installed comprised of sizes ranging from 12" to 24". It also included about 10,000 feet of finished water main piping, Method of construction for all offsite and onsite pipe installation consisted of open trench. The offsite reclaimed water network was modeled to optimize pipe sizes, pressures and routing. Cost $112,000,0000 Schedule Start: June 2010 (award) Completion: June 2013 treatment plants operational; final 2014 Change Orders Number: Two, owner -initiated Reason: one change order was for all process equipment (-$25M) so the owner could take advantage of a tax credit. The other ($5M) was for owner - initiated scope modifications. Client Contact Town of Davie Don Bayler Utilities Director (retired) 954.802.2628 risky12549@gmail.com Key Team Members Brian Stitt I Project Manager Scott Thibault I Design Manager Brian Harrington I Technical Advisor Kevin Smith I Startup and Testing Chris Galligan I Mechanical Process Yasser Rizk I Lead Electrical Engineer HASKELL I WE CREATE THINGS THAT MATTER 3 -13 4. EXPERIENCE/PROJECT TEAM CAT cOUhty AdmnstrMm Services Deparanent Prowrement Services Division KeIerence Solicitation: Design Build Services for the NCWRF Headworks, RPS No.: 20-7722 Reference Questionnaire for: Davie Water and Wastewater Facilities Design Build, AECOM (Name of Company Requesting Reference information) Brian Stitt, AECOM (Name of Individuals Requesting Reference Information) Name:Don Bayler Company:Town of Davie (retired) (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: risky I2549(dgmail.com FAX: Telephone: 954 802 2628 Collier County has implemented 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 finn/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Design Build project for new Water Completion Date: 2014 and Wastewater Facilities Project Budget: _$112,000,000 ($86,931,853 including Project Number of Days: 1,642 Change Orders for Town prepurchase items) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). p 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. A0 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. /O 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. /0 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). /d TOTAL SCORE OF ALL ITEMS 95 HASKELL I WE CREATE THINGS THAT MATTER 3 - 14 Point Peter Wastewater Treatment Plant Expansion, Phases I and II City of St. Marys I St. Marys, GA Project Relevancy ✓ Upgrade of an active wastewater facility ✓ New headworks, including screening and grit removal ✓ New odor control systems Delivery Method CMAR and design -build of operations and dewatering building Why We Were Successful One of Haskell's biggest successes was being able to return $851,449 back to the owner after project completion. This was accomplished through innovative value engineering and constructability suggestions that resulted in our ability to reduce the project schedule and realize savings on general conditions. Other successes include performing all shutdowns, bypasses and tie- ins to existing facilities with no interruption of service and all completed within the allotted time as detailed by meticulous procedures developed by our team. Project Description Phase I included a 1.8-mgd emergency expansion of the facility. Phase II consisted of the construction of a 4-mgd sequencing batch reactor (SBR) system. A subsequent task was added to phase II to build a biosolids building. Haskell designed and built the biosolids facility that housed two (2) centrifuges and equipment associated with digestion and sludge handling. Working collaboratively with the City of St. Marys and their design engineer, Haskell participated in design meetings and worked to make cost-effective recommendations and conducted value engineering meetings to generate collaborative ideas that would control costs and work within the owner's budget. Upon completing 30% design, the baseline estimate was updated to reflect the current scope of work, the anticipated future design and additional value engineering ideas. Numerous value engineering ideas and options were evaluated and reviewed by the owner Accepted value engineering options resulting in over $2 million in savings included: ♦ Utilization of vibro replacement for ground stabilization in lieu of precast piles; saving $1 million and four (4) months of general conditions, saving $65K per month ♦ Constructing administration/ laboratory/solid handling building utilizing tilt -up concrete in lieu of traditional masonry construction; saving $200K and two (2) months of general conditions of $65k per month ♦ Construction of two (2) electrical building utilizing tilt -up concrete construction in lieu of specified precast; saving $90K ♦ Utilization of the State of Georgia tax refund program on process equipment to track and apply for $352K of sales tax reimbursement Cost $37,762,532 HASKELL I WE CREATE THINGS THAT MATTER 3 - 15 4. EXPERIENCE/PROJECT TEAM Schedule Start: September 2007 Completion: June 2010 Change Orders There were no change orders on this project. Client Contact City of St. Marys Bobby Marr, Public Works Director 912.882.4415 bobby.marr@stmarysga.gov Key Team Members Paul McElroy I Director of Construction Brian Roundtree I Safety Manager Kevin Kett I QA/QC Manager Bryan Bedell I Executive Support HASKELL I WE CREATE THINGS THAT MATTER 3 -16 4. EXPERIENCE/PROJECT TEAM Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design Build Services for the NCWRF Headworks, RPS No.: 20-7722 Reference Questionnaire for: Point Peter Wastewater Treatment Plant Expansion, Phases I and II The Haskell Company (Name of Company Requesting Reference Information) Bryan Bedell (Name of Individuals Requesting Reference Information) Name: Bobby Marr Company: City of St. Marys (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 912.673.6681 912.882.4415 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Design -build emergency expansion of the facility and construction of an SBR. Project Budget: _$37,762,532 Completion Date 06/15/2010 Project Number of Days: 1,004 days 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. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 HASKELL I WE CREATE THINGS THAT MATTER 3 - 17 } P. + 4 (00777 Alk MLA OOV"_ {fff}--Woo' ti5 i�LAO Wastewater System Improvements City of East Providence I East Providence, RI Project Relevancy ✓ Enclosed headworks and cover channels ✓ Robust odor control system ✓ AECOM provided full design -build services ✓ Work completed in an active treatment plant environment Delivery Method Design -build -operate Why We Were Successful The AECOM Team brought innovation to both the design -build and operational phases of the project to provide value to the owner. Rerouting the new 24-inch diameter forcemain away from Pawtucket Avenue and along the East Bay coastal bike path saved $4 million. Replacement of belt presses with Fournier presses achieved higher dry solids and lowered life -cycle biosolids disposal costs. Close evaluation of baseline data and use of the IFAS media allowed reuse of existing tankage to consistently achieve strict NPDES permit requirements. The upgrades were carefully sequenced, so construction did not impact ongoing plant operations. AECOM placed strong emphasis on operator input into the design, which led to modifications that improved operability. AECOM's life -cycle analysis showed that replacing belt presses with Fournier presses would result in overall lower net present value. The headworks building heating system design was changed from electric to natural gas, resulting in significant savings in long-term heating costs. Winner of 2013 ENR Award for Best Water Project in New England and 2013 ACEC Gold winner in Massachusetts Project Description As the design -builder, AECOM completed both the design and construction of capital improvements. AECOM self -performed the procurement and commissioning, ••w A(./'/IMG UnircAWrrn avwpy- trained the staff, and bonded the entire project. The East Providence WWTP has an 8.9 MGD average daily capacity. The heart of the treatment plant upgrade included conversion of four existing round aeration tanks with surface aerators to a four -stage Bardenpho configuration with IFAS to provide advanced total nitrogen removal. Four (4) new pumping stations up to 5 mgd, one (1) new main 10-mgd pumping station and 25,000 LF of new sewer ranging in size from 6 to 30 inches. Headworks. The existing headworks facilities underwent a major transformation to improve odor control and screening of the influent wastewater. The entire existing headworks facility was enclosed in a new building. The aerated grit tanks and existing concrete channels were outfitted with FRP covers and ventilated to a new odor control system. To improve screening associated with the IFAS BNR system, a new 6-mm fine screen and wash press was .1k, HASKELL I WE CREATE THINGS THAT MATTER 3 - 18 4. EXPERIENCE/PROJECT TEAM installed in the existing 3-foot-wide influent channel. The 6-mm screen was selected for several reasons: ♦ It has a higher hydraulic capacity ♦ The higher capacity screen was able to be installed without needing to widen the existing channel The existing mechanical screen was relocated to the secondary bypass channel. Cost $52,000,000 Schedule Start: February 2010 Completion: August 2013 Change Orders Owner -initiated changes in scope totaling approximately $6.5 million and $2.5 million for differing site conditions (rock removal and unsuitable soils) that were clearly identified in the contract as an owner risk. Client Contact City of East Providence Steve Coutu, PE Director of Public Works 401.435.7700 scoutu@cityofeastprov.com Key Team Members Scott Thibault I Project Manager Brian Harrington I Process Design Chris Galligan I Mechanical Process Yasser Rizk I Electrical HASKELL I WE CREATE THINGS THAT MATTER 3 - 19 4. EXPERIENCE/PROJECT TEAM Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Solicitation 20-7722,Design Build Services forNCWRF Headworks Reference Questionnaire for: AECOM Technical Services, Inc. (Name of Company RequestingReference Infonnation) Scott Thibault, PE, DBIA (Name of Individuals Requesting Reference Information) Name: Steve Coutu, PE, Director of Public Works (Evaluator completing reference questionnaire) .com FAX: Company: City of East Providence (Evaluator's Company completing reference) 401-435-7700 Collier County has implemented 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 thatyou were very satisifed (and would hire the fine/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _DBO Wastewater System Improvements Project Budget: $52M Completion Date: Project Number of Days 2013 32 Months Item Citeria Score I Ability to manage the project costs (minimize change orders to scope). ,l 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative adviceprovided on the project. 5 Professionalism and ability to manage personnel. v 6 Project administration (completed documents, final invoice, final productturnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to rnanagerisks and unexpected project circumstances. / ) 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. U 10 Overall comfortlevel with hiring the companyinthe future (customer satisfaction). 6 (/ TOTAL SCORE OF ALL ITEMS Date:% Signature HASKELL I WE CREATE THINGS THAT MATTER 3 - 20 s 1 0-� �� oI XAM '4 Location ► Local Team Our team's design -build projects are successful because our local team members have worked together for our clients and on similar projects for many years. The team's project site office will be located in Collier County. Design and permitting activities will be accomplished from AECOM's Fort Myers regional office. During construction, we will have a field office on the project site and manage construction activities from the field office with support from the project office. The Haskell-AECOM Team offers Collier County the following location benefits: ♦ Local team office. This makes scheduling face-to-face kickoff, coordination and progress meetings, site visits and stakeholder meetings easier and quicker because of short travel times for key team members. ♦ Local project management, design and permitting services. Having local project management, design and permitting staff and resources in our Fort Myers' offices will expedite the progress, coordination and managerial efficiency of the project delivery. ♦ Local construction management. Construction Manager David Rieken, Jr. is a designated design -build professional and has led the construction of nearly 20 past wastewater facilities. Superintendent Bobby Bradley and our other construction personnel are all Florida - based. We will construct the Office Locations Near NCWRF I A Local Team Ready to Serve North F I ieIsland Cape Coral Center P r=_ Island McGregor :a.00sahatchee Iona O ng i r`ng ona: Sanibel Island Sanibel Fort Myers Beach San Carlos Park Estero I m m o kalee Bonita NCWRF springs 10500 Good - - •o.d Naples, Naples O Pine R dge Forca North Naples Panther Nztior.a Golden Gate C East Naples Q Q aec Naples Picayire Strarc State Naples Manor project from the project site office. Constructing projects with local, reliable construction subcontractors and vendors on multiple design -build projects in Florida provides our team with key market knowledge of our subcontractors' availability and vendor pricing. Our team's estimators have bid and delivered projects in Florida for 55 years and have an over 1,500-project database of cost histories for similar projects, including over a dozen projects in Collier County. ♦ Local construction resources and subcontractors. As licensed general contractors in Florida, our team has the capability to self -perform a significant portion of the construction work on this project as well as the engineering and permitting. We will self - perform critical path items to ensure on -time delivery of the NCWRF Headworks. In addition to self -performance, we also rely on trusted subcontractors and suppliers. For this project, we have partnered with local subcontractors, such as RKS Consulting Engineers; GFA International; Q. Grady Minor & Associates, PA; Gulf States Electric, Inc. and Quest Corporation of America, to expedite management and execution of the work. The Haskell-AECOM Team offers a local team of Florida design -build HASKELL I WE CREATE THINGS THAT MATTER 4-1 LOCATION Project Management and Execution I Ensuring Team Member Responsibility Our team will utilize a Responsible, Accountable, Consulted and Informed (RACI) chart to define and document project roles and responsibilities. The RACI chart (template shown to the right) ensures that each team member knows who is responsible, accountable, consulted and informed on each project task. It also ensures someone is assigned as a quality reviewer for each task. 0 m - weliverable or Task r Decision Schedule Equipment Selection & Design Decisions Screening Grit Removal Pumping Temp Pumping MOPO Schedule & Coordination Supporting Permits Regular team communication Schedule Changes Safety Meetings QA/4C - `- r u � -6 �,- � " �." � o a x 66 Driver Assists those who are responsible for a task. Responsible Assigned to complete the task or deliverable. 0 Accountable Has final decision -making authority and accountability for completion. Only l per task. Consulted An adviser, stakeholder, or subject matter expert who is consulted before a decision or action. Informed Must be informed after a decision or action. construction professionals with the a timely fashion and to the highest knowledge and experience gained from the successful construction of multiple design -build wastewater projects. Our team members have the local knowledge gained from collaborating with Collier County and other clients on projects to achieve project cost, schedule, and stakeholder goals utilizing design -build construction. With over 2,500 collaborative delivery projects, the Haskell-AECOM Team has the depth of expertise and financial backing to successfully deliver this project. ► Project Management and Execution The Haskell-AECOM Team's design - build management approach is tailored to ensure maximum efficiency in completing all project aspects in quality standards. Our approach to management and execution of this project centers on effective local coordination, integrated engineering and construction leadership and staff resources and Oracle -based Project Management Information System (PMIS). Brian Stitt will serve as design -build project manager and will be responsible for directing the project team and ensuring compliance with project budget, schedule and quality goals. Our Design Manager Ronald Cavalieri will work closely with Brian to develop and implement design and permitting solutions that are tailored to meet the needs of the project. Construction Manager David Rieken, Jr. will provide constructability reviews, schedule and construction management oversight of all construction activities and lead the construction safety and quality programs. Project Delivery Plan Effective coordination and efficient project delivery are driven by our team's Project Management and Quality Plan (PMQP). Our integrated organizational approach and coordination plan are key differentiators for project success. We will also leverage our team's long-term relationships with Collier County and local project stakeholders to provide seamless project coordination. Local Coordination The Haskell-AECOM Team will hold weekly team meetings and maintain regular communication with Collier County staff and will establish and maintain full understanding of project requirements and critical issues. Our intimate project knowledge gained by our prior experience with Collier County will allow our team to hit the ground running. Since all our leadership team members are local, most meetings will HASKELL I WE CREATE THINGS THAT MATTER 4-2 LOCATION be face-to-face. We will also include our key local subcontractors and suppliers in coordination and planning and delivery meetings. provide planning input on functionality, constructability, economics, and most importantly, conformance to the project design criteria and schedule. Local Design and Permitting Our firms' commitment to construction safety is proven by millions of self - Design and permitting will be managed at AECOM's Fort Myers office. AECOM's design -build project manager, design manager, design staff, permitting management staff and construction manager will be co -located at AECOM's office to centralize communication and management to facilitate full coordination between design disciplines as well as estimating, scheduling and construction filed staff. A design kickoff meeting, permit coordination meeting and regular design workshops will be scheduled. Regular weekly team meetings will continue as we finalize the plans and coordinate with Collier County staff and other key stakeholders. Constructability reviews and design quality control checks will be completed on all packages. Local Construction Delivery Our construction delivery will be managed from our project site office with support from our team's Ft. Myers' office. Construction Manager David Rieken, Jr. and Construction Superintendent Bobby Bradley will coordinate the schedule, subcontractors and vendors for site office and hold monthly coordination progress meetings with Collier County. Our team's safety and QA/QC staff will also be located at our onsite office located to support the project. To expedite design RFI responses, review submittals and maintain as-builts during construction, the team will utilize Civil/Site and Field Engineer Dustin Chisum to assist with the construction management team. The monthly progress reviews will be opportunities for our design and construction team key members to perform workhours and an experience modification rating (EMR) of 0.51 for Haskell and 0.55 for AECOM, which are significantly better than the 1.0 industry average. Being a Good Neighbor During Construction Another major tenant of the Collier County Public Utilities Department guiding principles is its Good Neighbor Policy. The development and implementation of the NCWRF Headworks project must be provided in way that is respectful of the needs of surrounding and adjacent neighborhoods for a safe, clean, and non -disruptive environment to the fullest extent practicable. Our local team knows that the key to being a good neighbor in construction is good communications that minimizes or eliminates surprises to residents and the public. We will work with Collier County at the kickoff of the project to determine what communications have been completed so far and develop a plan, appropriate to the NCWRF Headworks project, for communications with all stakeholders. If of interest to the County and required as part of the RPS, our local communications partner, Quest Corporation of America, Inc., can assist us in putting together any necessary written and/or electronic communications as well as in setting up any community/ neighborhood meetings, as required. Our local team will be proactive in managing noise, dust and traffic control patterns and provide residents with contact information for team members in case of any emergencies or concerns. Testing and Activation We know Collier County has a thorough testing regimen for all new wastewater facilities, which we will follow. During construction, we will also be performing inspection, testing, startup planning, O&M training and full turnover delivery of the facilities following the Haskell- AECOM Team Quality Plan. On Time and On Budget Within 30 days of award, we will develop the PMQP, which will include our communication plan, schedule and our overall approach to designing and constructing the project. We use proven tools for the execution of our design - build projects. We begin with Timberline Estimating software, coupled with our extensive historical cost database, Primavera P6 scheduling software, and Oracle Project Management software. We utilize our Global Procurement Database, which gives us access to the most competitive pricing available to bring the maximum value to our clients. We will set up and continually update a web -based SharePoint site, which Collier County will have access to 24/7 and can view key project documents, including plans and specifications, project schedules, quality reports, safety reports, correspondence, invoice data, RFIs, daily reports, start-up information, warranty information and other documents. We update and utilize our master design -build schedule as well as a three-week look ahead schedules. Daily reports are produced each day as well as safety reports, quality reports and field testing reports. HASKELL I WE CREATE THINGS THAT MATTER 4-3 i ks ,yn a .,�m�i�.41✓r ,j Recent, Current and Projected Workloads of the Firm ► Capacity of the Firm Even as two international design - builders coming together for a team partnership, we know that every project is local. Best described as local firms with global resources and experience, AECOM and Haskell are firms with impressive scale, capabilities and competitive positions in a diverse group of markets, including wastewater, water, municipal, transportation, facilities, environmental, energy, construction, sustainability and government services. While our resources and experience are significant, we know our success is ultimately determined by what we help our clients achieve. We value the relationships we have developed with Collier County over the last 30 years. Our team's staffing capacity for this project is unmatched by any other firm. In addition to the local staff in our firms' Fort Myers offices, Haskell and AECOM have more than V00 employees within the state of Florida and close to 6,000 in the Southeast Region that are available to meet the staffing requirements for an expedited delivery schedule on this project. Our subconsultants and subcontractors all have the resources to implement the project on schedule. Team Availability The NCWRF Headworks project will be a priority for the entire Haskell- AECOM Team. Our team does not have any current projects that would hinder the successful outcome of this project. Our firms have managed and produced some of Florida's largest and most complex projects with the technical expertise and project management talent located in Florida and local offices. Prior to selection of specific staff for our team, we examined the existing and projected workload of each person and confirmed their availability for this assignment. We have determined that they have no obligations, either current or projected, that would prevent them from performing with We are committing our proposed team for the duration of the NCWRF Headworks project and have acted as necessary to ensure this project is their highest priority. The staff availability chart below illustrates each team member's availability for the NCWRF Headworks project. However, please note that the percent availability required for team members will vary based upon the needs of the project and phase of work being completed. The percent availability identifies each team member's availability to commit to project elements, which are anticipated to require the maximum amount of their time. There may also be periods of time when our team members will adjust their work load to provide increased availability so that project deliverables are completed in a timely manner. Each member of the team is i00% available as needed for this project. 100% 80 % 6o i 40 % z0% I 1 I III I III of •' v C L C v U 0 C N 0 C v v v? v� fp > v N UJ o E v ✓ C - C v m m o o m o > C o 0 0 m v n v w o v z 5 v v a 0 V O V N O p � } ■ Availability to Work on NCWRF Headworks ■ Existing Engagements 5 _ t RECENT, CURRENT AND PROJECTED WORKLOADS OF THE FIRM excellence to meet the requirements for Current and Projected this project. Workload Also, our large pool of other talented people in Florida and the Southeast region enables us to increase manpower on short notice to meet additional demands, in the event that unforeseen project requirements arise. One of the advantages of being such large firms with great depth of resources is the ability to accept new projects while honoring commitments to our existing ones. We have also proposed a team of outstanding subconsultants that have solid resources as well, if needed. Collier County can be assured that we will be able to meet your scheduling, time and budget expectations. The Haskell-AECOM Team is able to commit the time required to respond to the County's needs in a timely fashion. The key staff members listed in this response will be available to perform the work elements outlined in a timely and efficient manner. Our team schedules workloads in a manner that allows us to budget the required time for our clients' projects, while minimizing excessive downtime for our staff. The current and upcoming workload for our key staff will allow us to provide the full attention and service Collier County deserves without compromising the integrity of our work or disrupting the County's timetable. Our team has the resources and flexibility to take this project on and are available to begin work on the project immediately. HASKELL I WE CREATE THINGS THAT MATTER 5-2 N Ir IM AIN Required Forms Haskell has included the following required forms as part of our proposal: ♦ Form 1: Vendor's Non -Response Statement ♦ Form 2: Vendor Check List ♦ Form 3: Conflict of Interest Affidavit ♦ Form 4: Vendor Declaration Statement ♦ Form 5: Immigration Affidavit Certification ♦ Form 6: Vendor Substitute W-9 ♦ Business tax receipts ♦ Professional licenses ♦ Collier County Contractor License ♦ Certificates of Authority ♦ Addenda ♦ Insurance and Bonding Requirements Form HASKELL I WE CREATE THINGS THAT MATTER 6-1 REQUIRED FORMS Form 1: Vendor's Non -Response Statement HASKELL Collier County Solicitation 20-7722 0017 0QL4 w'y Addminffhtve Serviops DewwTem FIDDivemehl Sernces Dmsmr, Form 1: Vendor's Non -Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): N/A ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: The Haskell Company Address: 111 Riverside Avenue City, State, Zip: Jacksonville, FL 32202 Telephone: 904.791.4662 Email: bryan.bedell@haskell.com Representative Signature: Representative Name: Bryan Bedell Date March 30, 2020 2/26/2020 1:15 PM p. 14 HASKELL I WE CREATE THINGS THAT MATTER 6-2 REQUIRED FORMS Form 2: Vendor Check List Collier County cAver Cowmv P�Crnmi5trz'itive �erwioea depart��ent Proarement Serves& flrrisim Form 2: Vendor Check List Updated: October 24th 2019 114/ HASKELL Solicitation 20-7722 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with ,your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: ❑X The Solicitation Submittal has been signed. ❑ The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. N/A ❑X 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. ❑ Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. N/A X❑ Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htty://dos.myflorida.com/sunbiz/. ❑X Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - h—qs://www.e-verify.go . ❑ Grant Provisions and Assurances package in its entirety, if applicable. N/A X❑ Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: The Haskell Address: I I I Riverside Avenue City, State, Zip: Jacksonville, FL 32202 Telephone: 904.791.4662 Email: bryan.bedell(a)haskell.com Representative Signature: Representative Name: Bryan Bedell Date March 30, 2020 2/26/2020 1:15 PM P. 15 HASKELL I WE CREATE THINGS THAT MATTER 6 — 3 REQUIRED FORMS Form 3: Conflict of Interest Affidavit 114� HASKELL Collier County Solicitation 20-7722 CALl.IBf 00MIf Y .Adrnaashftive Sere res Deparmient Pn,rni semces owrsim Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: The Haskell Signature and Date: �< March 30, 2020 Print Name: Bryan Bedell Title of Signatory: Vice President 2/26/2020 1:15 PM p. 16 HASKELL I WE CREATE THINGS THAT MATTER 6-4 REQUIRED FORMS Form 4: Vendor Declaration Statement Collier County coke,- 00"14ty -�nrnkusRjOve Services Deprment Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: 41/ HASKELL Solicitation 20-7722 The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. WITNNEESS�WHEREOF, WE have ereunto subscribed our names on this �8ay of A&Wh 20�in the County of _ -" , in the State of Firm's Legal Name: The Haskell Company Address: 1 I 1 Riverside Avenue City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Jacksonville, FL 32202 F08000004829 59-2387450 904.791.4662 9 f,&, Signature by: Bryan Bedell (Typed and written) Title: Vice President PIN C• �ry �n'r:.. JANETC.AHR MY COMMISSION # GG 113%61147 a EXPIRES: August 19.2021 aonded ThN Notary Wbfic Undw-ilefs 2/26/20201:15 PM p. 17 HASKELL I WE CREATE THINGS THAT MATTER 6 — 5 REQUIRED FORMS Form 4: Vendor Declaration Statement - Continued ;I 41/ HASKELL Collier County Solicitation 20-7722 Additional Contact Information Send payments to: The Haskell Company (required if different from Company name used as payee above) Contact name: Attention: Accounts Receivable, Gwen Rogers Title: Accounts Receivable Address: I I 1 Riverside Avenue City, State, ZIP Jacksonville, FL 32202 Telephone: 904.791.4792 Email: jzwen.ro£ers!a),haskel I.eom Office servicing Collier County to place orders (required if different from above) Contact name: Bryan Bedell Title: Vice President Address: l 11 Riverside Avenue City, State, ZIP Jacksonville, FL 32202 Telephone: 904.791.4662 Email: brvan.bedellfchhaskelLcom 2/26/20201:15 PM P. 18 HASKELL I WE CREATE THINGS THAT MATTER 6 - 6 REQUIRED FORMS Form 5: Immigration Affidavit Certification lq� HASKELL Collier County Solicitation 20-7722 00 i3-r OU 17> V PRrnini5htw. Ser� Departrnent PmooaxemEnl SePADestlrQWm Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non -responsive https://www.e-verify.gov/. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name The Haskell Print Name Bryan Bedell Title Vice President Signature 2/26/2020 1:15 PM Date March 30, 2020 P. 19 HASKELL I WE CREATE THINGS THAT MATTER 6-7 E-Verify ;;i REQUIRED FORMS ® HASKELL Company ID Number: 155391 Company ID Number: 155391 THE E VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is MEMORANDUM OF UNDERSTANDING designed to gne provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal ARTICLE I Government work days of the date of referral to SSA, unless SSA determines that more than 10 PURPOSE AND AUTHORITY days may be necessary. In such cases, SSA will provide additional verification instructions. This Memorandum of Understanding (MOU) sets forth the points of agreement between the B. RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY Social Security Administration (SSA), the Department of Homeland Security (DHS) and The Haskell Comoanv (Employer) regarding the Employer's participation in the Employment 1. Upon completion of the Form I-9 by the employee and the Employer and after SSA Eligibility Verification Program (E-Verify). E-Verify is a program in which the employment verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the eligibility of all newly hired employees will be confirmed after the Employment Eligibility Employer access to selected data from DHS's database to enable the Employer to conduct: Verification Form (Fore I-9) has been completed. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration • Automated verification checks on newly hired alien employees by electronic means, and Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as • Photo verification checks (when available) on newly hired alien employees. amended (8 U.S.C. § 1324a note). 2. DHS agrees to provide to the Employer appropriate assistance with operational problems ARTICLE II that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to FUNCTIONS TO BE PERFORMED be contacted during the E-Verify process. A. RESPONSIBILITIES OF THE SSA 3. DHS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including 1. Upon completion of the Form I-9 by the employee and the Employer, and provided the restrictions on the use of E-Verify.. DHS agrees to provide training materials on E-Verify. Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's Numbers provided by all newly hired employees and the employment authorization of U.S. participation in the E-Verify program. DHS also agrees to provide to the Employer anti - citizens. discrimination notices issued by the Office of Special Counsel for hmnigration-Related Unfair 2. The SSA agrees to provide to the Employer appropriate assistance with operational Employment Practices (OSC), Civil Rights Division, and U.S. Department of Justice. problems that may arise during the Employer's participation in the E-Verify program. The SSA 5. DHS agrees to issue the Employer a user identification number and password that permits I agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA the Employer to verify information provided by alien employees with DHS's database. representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit Verify program procedures, and to limit access to such information, as is appropriate by law, to access to such information to individuals responsible for the verification of alien employment individuals responsible for the verification of Social Security Numbers and for evaluation of the eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may E-Verify program or such other persons or entities who may be authorized by the SSA as be authorized by applicable law. Information will be used only to verify the accuracy of Social governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act SSA regulations (20 CFR Part 40I). and federal criminal laws, and to ensure accurate wage reports to the SSA. 4. SSA agrees to establish a means of automated verification that is designed (in 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both nonconfirmation of employees' employment eligibility within 3 Federal Government work days citizens and aliens within 3 Federal Government work days of the initial inquiry. of the initial inquiry. Company ID Number: 155391 Company ID Number: 155391 8. DHS agrees to establish a means of secondary verification (including updating DHS rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of records as may be necessary) for employees who contest DHS tentative nonconfirmations and the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it photo non -match tentative nonconfirnations that is designed to provide final confirmation or obtains confirmation of the identity and employment eligibility of the individual in compliance nonconfirmation of the employees' employment eligibility within 10 Federal Government work with the terms and conditions of E-Verify ; (3) the Employer must notify DHS if it continues to days of the date of referral to DHS, unless DHS determines that more than 10 days may be employ any employee after receiving a final nonconfirmation, and is subject to a civil money necessary. In such cases, DHS will provide additional verification instructions. penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the C. RESPONSIBILITIES OF THE EMPLOYER Employer continues to employ any employee after receiving a final nonconfirmation; and (5) no 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is person or entity participating in E-Verify is civilly or criminally liable under any law for any clearly visible to prospective employees. action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during the course of E-Verify, as 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and well as to conduct any other enforcement activity authorized by law. telephone numbers of the Employer representatives to be contacted regarding E-Verify. 7. The Employer agrees to initiate E-Verify verification procedures within 3 Employer 3. The Employer agrees to become familiar with and comply with the E-Verify Manual. business days after each employee has been hired (but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process 4. The Employer agrees that any Employer Representative who will perform employment as are necessary according to the E-Verify Manual. The Employer is prohibited from initiating verification queries will complete the E-Verify Tutorial before that individual initiates any verification procedures before the employee has been hired and the Form I-9 completed. If the queries. automated system to be queried is temporarily unavailable, the 3-day time period is extended A. The employer agrees that all employer representatives will take the refresher until it is again operational in order to accommodate the Employer's attempting, in good faith, to tutorials initiated by the E-Verify program as a condition of continued use of E- make inquiries during the period of unavailability. In all cases, the Employer must use the SSA Verify. verification procedures first, and use DHS verification procedures and photo screening tool only B. Failure to complete a refresher tutorial will prevent the employer from continued after the the SSA verification response has been given. use of the program. 8. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by 5. The Employer agrees to comply with established Form I-9 procedures, with two this MOU. The Employer must use E-Verify for all new employees and will not verify only exceptions: certain employees selectively. The Employer agrees not to use E-Verify procedures for re - verification, or for employees hired before the date this MOU is in effect. The Employer • If an employee presents a "List B" identity document, the Employer agrees to only accept understands that if the Employer uses E-Verify procedures for any purpose other than as "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § authorized by this MOU, the Employer may be subject to appropriate legal action and the 274a.2 (b) (1) (B)) can be presented during the Form I-9 process to establish identity). immediate termination of its access to SSA and DHS information pursuant to this MOU. • If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees 9. The Employer agrees to follow appropriate procedures (see Article HLB. below) to make a photocopy of the document and to retain the photocopy with the employee's regarding tentative nonconfirmations, including notifying employees of the finding, providing Form I-9. The employer will use the photocopy to verify the photo and to assist the written referral instructions to employees, allowing employees to contest the finding, and not Department with its review of photo non -matches that are contested by employees. Note taking adverse action against employees if they choose to contest the finding. Further, when that employees retain the right to present any List A, or List B and List C, documentation employees contest a tentative nonconthmation based upon a photo non -match, the Employer is to complete the Form I-9. DHS may in the future designate other documents that activate required to take affirmative steps (see Article III.B. below) to contact DHS with information the photo screening tool. necessary to resolve the challenge. 6. The Employer understands that participation in E-Verify does not exempt the Employer 10. The Employer agrees not to take any adverse action against an employee based upon the from the responsibility to complete, retain, and make available for inspection Forms I-9 that relate employee's employment eligibility status while SSA or DHS is processing the verification request to its employees, or from other requirements of applicable regulations or laws, except for the unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (1)) that the employee is following modified requirements applicable by reason of the Employer's participation in E- not work authorized. The Employer understands that an initial inability of the SSA or DHS Verify: (1) identity documents most have photos, as described in paragraph 5 above; (2) a automated verification to verify work authorization, a tentative nonconfirmation, or the fording of HASKELL I WE CREATE THINGS THAT MATTER 6-8 REQUIRED FORMS E-Verify - Continued 44� HASKELL Company ID Number: 155391 Company ID Number: 155391 a photo non -match, does not mean, and should not be interpreted as, an indication that the ARTICLE III employee is not work authorized. In any of the cases listed above, the employee must be provided the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF any adverse employment consequences until and unless secondary verification by SSA or DHS HOMELAND SECURITY has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match, then the Employer can find the A. REFERRAL TO THE SSA employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirnations, and that any violation of the unfair immigration -related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and 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 1-800-255-7688 or 1-800-237-2515 (TDD). 12. 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. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly -hired employees after completion of the Form I-9. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a (i) (1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that 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. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E-Verify -related records, i.e., Forms I-9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating E-Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to interview it regarding its experience with E-Verify, to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and E-Verify related records available to DHS and the SSA, or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number: 155391 the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfmnation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll -free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. 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. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form I-551 or Form I- 766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (famished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify manual. Even 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation, unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number: 155391 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. 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 they may determine. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity di regarng the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of 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, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To he accepted as a participant in EEVerify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E6'erify Operations at 88814640 4218. Employer The Haskell Company Loraine J Rice Name (Please type or print) Electronically Signed Title 09/29/2008 Date Department of Homeland Security— Verification Division HASKELL I WE CREATE THINGS THAT MATTER 6-9 REQUIRED FORMS E-Verify - Continued Company ID Number: 155391 USCIS Verification Division Name (Please type or print) Title Electronically Signed 09/29/2008 Signature Date Company ID Number: 155391 E-mail Address: Ionine.riceQheske8.com ® HASKELL Company ID Number: 155391 INFORMATION REQUIRED FOR THE EI VERIFY PROGRAM Information relating to your Company: Company Name: The Haskell Company Company Facility Address: 111 Riverside Avenue Jacksonville, FL 32202 Company Alternate Address: County or Parish: DUVAL Employer Identification Number: 592387450 North American Industry Classification Systems Code: 236 Parent Company: 500 to Number of Employees: 999 Number of Sites Verified for: 20 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State. • WISCONSIN 1 site(:) • OKLAHOMA 2 site(:) NORTH CAROLINA 2 aim(s) • FLORIDA 11 site(s) • ARKANSAS 1 • GEORGIA :im(sI 2 site(:) VIRGINIA I sim(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Loraine J Rice Telephone Number: (904) 791 D4752 Fax Number: (904) 475 IT7682 HASKELL I WE CREATE THINGS THAT MATTER 6 -10 REQUIRED FORMS Form 6: Vendor Substitute W-9 4� HASKELL momi Collier County Solicitation 20-7722 0A, C ±oxasty ndnn&ffm owwnne'n Poar —rSeMA onisim Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) 1PM Taxpayer Name The Haskell Company (as shown on income tax return) Business Name (if different from taxpayer name) Address I I I Riverside Avenue City Jacksonville State Florida Zip 32202 Telephone 904.791.4662 Email bryan.bedell@haskell.com Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 111 RiversideAvenue Address I I I Riverside Avenue City Jacksonville State FL Zip 32202 City Jacksonville State FL Zip 32202 Email bryan.bedell@haskell.com I Email gwen.rogers(a,haskell.com Individual / Sole Proprietor X Corporation I Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification — Disregarded Entity, C — Comoration, P — Partnershi 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 59-2387450 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties ofneriurv. I certifv that the information shown on this form is correct to my knowledge, Signature Date March 30, 2020 Title Vice President Phone Number 904.791.4662 2/26/2020 1:15 PM p. 20 HASKELL I WE CREATE THINGS THAT MATTER 6 — 11 REQUIRED FORMS Business Tax Receipts, Licenses, Collier County Contractor License and Certificates of Authority R01B-3oiO LOCAL BUe1NESe TA% RECEIIT JIM OVER ON, DUVAL COUNTY TAX COLLECTOR 23t b Ifa, dacha —Ill,, FL 03302d0T0 PM eY19041800.1818.oRlona Fu:(8041fia0.10.12 www.tlwelUxcollactnel bxcolNclor�ooj.nN Note —A penally is imposed for failure to Keep this receipt exhibited conspicuously at your place of business. This business tax receipt is furnished pursuant to Municipal Ordinance Code, Chapters 770-772, for the period October 1, 2019 through September 30, 2020. HASKELL CO, THE THEHASKELLCOMPANY ATTR TOYAGLOVER ,,, RIVERSIDEAV JACKSONVILLE, FL322024921 ACCOUNT NUMBER: 4087 BUSINESS NAME: HASKELL CO, THE PHYSICAL ADDRESS: 111 RIVERSIDEAVE JACKSONVILLE, FL 32202-4921 CLASSIFICATION CODE: 307001 - CONTRACTOR -ALL TYPES COUNTY TAX: 468.75 STATE LICENSE NO: CGC1509543 MUNICIPAL TAX: 1,031.25 TOTAL TAX: 1,600.00 VALID UNTIL September 30, 2020 ***ATTENTION*** THIS RECEIPT IS FOR BUSINESS TAX RECEIPT ONLY. CERTAIN BUSINESSES MAY REQUIRE ADDITIONAL STATE LICENSING. This is a business tax receipt only. It does not permit the receipt holder to violate any existing regulatory or zoning laws of the County or City. It does not exempt the receipt holder from any other license or permit required by law. This is not a certification of the receipt holder's qualifications. e/@� —7s �iECTOR ��\JAM OV_ER�iON, TAX COLLECTOR THIS BECOMES A RECEIPT AFTER VALIDATION. PAID-4142169.0001-0001 Y02 07/39/2019 1,500.00 License Application Status Note. Tou can collapse and expand Individual se h— by clicking the header of Me —ti- you wish to collapse/expand. U..... Application Summary Application Number: LCC20200000371 us,nsss Name: THE HASKELL COMPANY icense Type: Contractor Application Status: Active Description of Business: Mailing Address: 111 RIVERSIDE AVENU JACKSONVILLE FL 33905 PETER.KINSLEY@HASKELLCOM Type Date ....ad Date Expire. Statue Number GENERAL-1-R. CERTIFIED 03/25/202G 08/31/2020 1 Active 202000000234 submletai. There are no submittals for this license application. — Revlew. There are no reviews for this license application. Producer Type Polity Effective Date Er LOCKTON COMPANIES General Liability GI-1-1 OIJ O6/O1/2019 O6 Expiration Processed: No Producer Phone Number: 8169609000 IACKTON worker's W-101110119 16/01/2019 O1 COMPANIES Compensation I 1 Expiration Processed: No Producer Phone Number: 8169609000 y R ICKSCOTI GOVCRNOR JONATHAN ZACHEM, 6ECRETARYd U STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES KINSLEY, PETER MICHAEL THE HASKELL COMPANY 96125 LANCEFORD LANE FERNANDINA BEACH FL 32034 LICENSE NUMBER: CGC1510510 J EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloritla License.com 0' 0' Do not alter this document in any farm. 0 This is your license. It is unlawful for anyone other than the licensee to use this document. _ aanoa6amla,aownnr Hmraraarnaarr.anmwdbpr � STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCH ITEV CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIbNS OF CHAPTER 481, FLORI DA STATUTES THE HASKELL COMPANY 111 RIVERSIDE AVENUE JACKSONVILLE FL32202-495Q.,j Fvi�. AL r LICENSE NUMBER: AAC000281 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFlorldAicenaesom o �o Do not alter this document in any form. 0 Thm m your license. It is unlawful for anyone other than the licensee to use this document. _ onDe=am.6a.emor Hal,eyae,hears5e�rebmdblo STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN 15 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES THE HASKELL COMPANY 111 RIVERSIDE AVENUE JACKSONVILLE FL32202 C LICENSE NUMBER: CA906� EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com er Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. HASKELL I WE CREATE THINGS THAT MATTER 6 - lZ REQUIRED FORMS State of Florida Department of State I certify from the records of this office that THE HASKELL COMPANY is a Delaware corporation authorized to transact business in the State of Florida, qualified on November 7, 2008. The document number of this corporation is F08000004829. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on February 15, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Third day of January, 2020 - 9n rM�an we 2tn'" Secretary of State Tracking Number: 1925193474CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.orWFilings/Certi<cateOfStatus/CertificateAuthmtication 2019-2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1205323 Location: 4415 METRO PKWY STE 404 FT MYERS FL 33916 AECOM TECHNICAL SERVICES INC AECOM TECIINICAL SERVICES INC 4840 COX ROAD ATTN TAX DEPT GLEN ALLEN VA 23060 Account Expires: September 30, 2020 May engage in the business of SITE LICENSE THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 530401-265-1 09/13/2019 04:38 PM $20.00 HASI<ELL I WE CREATE THINGS THAT MATTER 6 —13 REQUIRED FORMS State of Florida Department of State I certify from the records of this office that AECOM TECHMCAL SERVICES, INC. is a California corporation authorized to transact business in the State of Florida, qualified on August 21, 1995. The document number of this corporation is F95000004014. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 29, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the First day of February, 2019 d • GOD aa0 �h�i A Awill wEffSSeCretar tateo Tracking Number: 7772680420CU To authenticate this certiftcate,visit the following siteenter this number, and then follow the instructions displayed. https://services.sunbizorg/Filings/CertificateOfStatus/Certif',cateAuthentication STATE OF FLORIDA dba, r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES AECOM TECHNICAL SERVICES, INC. 1999 AVENUE OF THE STARS STE. 2600 LOSANGELES CA 90067 LICENSE NUMBER LC26000395 EXPIRATION DATE: NOVEMBER 30, 2021 Alway,ve—ieensez online a, MyFarmaueence.eom fill Do, rot alter IN, d«omeat m am form. 0M Thi,1,yoo,III it is oolawfolro,aayoaeahe, I - Me lik—to ose Ml, eowmeat. Dndaa DePartmm,t 11Aln-l1111o101. —1 serge« DIW,ioaorc—oler5errices License NO.: LB7860 Board of Professional Surveyors aaa McPPerz Expiration Date Fehmary 28, 2021 2005 Aral PlI Tubhazzeq Florida 32T99.6500 Professional Surveyor and Mapper Business License Under Me provision, of Chapter 472, Florida Statutes AECOM TECHNICAL SERVICES, INC- 12D S CENTRAL AVE STE 400 CLAYTON, MO 63105.1705 NICOLE"NIKKI"FIN ED COMMISSIONER OF AGRICULTURE RE Tnh b u m1ry uw oe wortul 1 wrveyar am napµr wlw,e mme war rddms w<dw.. aeo a I, game, ss rt9uirte M Ougm are, Flwim Suau� du�r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES AECOM TECHNICAL SERVICES, INC. 7 ST. PAUL STREET 17TH FLOOR BALTIMORE MD 21202 LICENSE NUMBER: CA8115 EXPIRATION DATE: FEBRUARY 28, 2021 AI aysveriryliwnzes online at MVFloritlalicentt.wm o. o Do not agar this eow mmt Io a m form. This hyeoriiwnse.It iz oniawful toronyone off -Man the lk,soee to ore Ink eowment. 11.l�yawhea,.��aadb'pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES AECOM TECHNICAL SERVICES, INC. 8000OUGIAS ENTRANCE,2NUFLOUR NORTH TOWER CORALCABLES FL 33134 C LICENSE NUMBER: A4,26010I 1 EXPIRATION DATE: FEBRUARY 28, 2021 All licenses ""MI IoritlaD<eme.com � ❑ Do latalter Misdocument in any form. �a This i, yoa, Iiaa 11ilomawful fo, ammse otherthao the III too.this —lot. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE INTERIOR DESIGN CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES AECOM TECHNICAL SERVICES, INC. 1999 AVENUE OF Till STARS STE.2600 LOS ANGELES CA 90067 C LICENSE NUMBER: IB26003209 EXPIRATION DATE: FEBRUARY 2a, 2021 Always verify licenses online at MyFloritlaLicenze.com O. O Do got alta,mi, eommeMlaaayroma. ILK TNs is yae lireme. It is unUwhil foranvone —MantM licensee to use MistlrcumeM. 011111-118- IR—HIP."c"'I"dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS THE GEOLOGY BUSINESS HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 492, FLORIDA STATUTES AECOM TECHNICAL SERVICES INC EL 12D 5. CENTRAL AVE SUITE 350 SAINTLOUIS M063105 LICENSE NUMBER: GB329 ---j EXPIRATION DATE: JULY 31, 2020 ANnysverity licenses online at MyFloritlalicenze.wm 0. 7 Do rat alterthh documento airy form. Oa Thiz iz-111cense. It is uMawrol forowooe other than the licensee to use th;document. HASKELL I WE CREATE THINGS THAT MATTER 6 - 14 REQUIRED FORMS Brian Stitt, CBC d bpr DBPR ONLINE SERVICES rr. rsvua anrrzom a rcM1 fora Licensee AppIV far a License w Application Status Fnd Ex Information LIC¢nSCe Devils nle mplai Lacen—see mfonnaxon Oeli.gquoennt ry .miry am e. LE (edmary name) Ms[SearcM1c Main Atltlress: C. [paA Name) bJ03 WHITE H]CKORY CIK County: . Mcense Mailing: ljj�� Lacense information Type: anks umber: Expiresre ate. Ronald Cavalieri, PE dbpr Apply for a license w Application Status LIC¢n5¢¢ Demi15 and rx Lnformaaon Flea Complaint li OelinAqubent I" LiI 1-1, Man Atltlress: coon[': Lirense Mailing: H information e TYPe: anks umber: I ate. COK/1LCaBLEa FLM 33134KCE rtiBna Bnaaing concranmr Building en6,ncti Sn/O6/201J e Oe/3a/zOZO Ymorvo (Hrimary name) LFlarniaa 34119 rofessiona l Engineer rof Engineer e t Al — Christopher Galligan, PE (note: FL PE application in process, licensed in other states dbpr DBPR ONLINE SERVICES `� on arch ear a Licensee Apply far a License -d ExaPm1eenmrm Dons Licen a Details HI, a Complaint H fnforma4an Oe-Aqubent .viry F. (nnmary name) Lnt I.— Man Address: az MT. YEHxon now O—.1 .j L,,ailing: H information icens Type: ank:e umber: HASKELL I WE CREATE THINGS THAT MATTER 6 -15 REQUIRED FORMS Yasser Rizk, PE n Li.L S.aRb` Mam Address: county: License Mailing: InfonnaM1on e Type: ank5 mber: Ezpiresre ate. Ira Brandell, PE a.,pnmary name, sacbnset[s elxee OUT OF STATE rotes .—Engineer rof Engineer rr A1,11ctirre O1/22/2111 _I2.12.2. e.linAq tlnL �;ty s.,p�.mrvx,me, List SeaR:b` Ma"�Aadm.=: PALM eM Elarida —9 c.n.ty: MALra MEAeM cenee Mailing: cnnnty:—MBEACH eM EL 13axe ens. Information ank5e Ty­rofessional Engineer rof Engineer tuber: s. ent/tcti D re ate. _'2:'200J e Expires: o2/2/2021 William Overbeek, PE d — pr areb fera Licensee Apply far a Licens. w Application sGt Licensee Details Fne Exam Ib.. ' In — ale a Complain[ [nformaoon eelinAquben[ Liet seareb` Mai. Aenre:e: connry: L�..n.. Maemg: nu informa[ion e Type: ank5 tuber: U. e ate. EK t cpemnry x.m.l y F—d. ax sn rofessional Engineer rof Engineer entActive os/ao/legs o2/2x/2e21 HASKELL I WE CREATE THINGS THAT MATTER 6 —16 Kurt Ahlgrim, PE REQUIRED FORMS AB&T Delinquent Invoice &Activity Name: List Search Main Address: County: License Mailing: License Location: License Information - License Type: Rank: License Number: Status: Licensure Date: Expires. AHLGRIM, KURT R. (Primary Name) 4036 WHITE BIRCH WAY ORLANDO Florida 32817 ORANGE Professional Engineer Prof Engineer 66987 Current,Adive 09/21/2007 02/28/2021 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 952289 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104- (239) 252.2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION:5851 COUNTRY LAKES DR ZONED: LEE COUNTY BUSINESS PHONE: 489-2443 STATE OR COUNTY LIC #: CLASSIFICATION: TEST & EVALUATION CLASSIFICATION CODE: 03602801 L FIO01, Aor xnl�� Corpofat n All�j ��T� r `; P�IAL op �� This document is a business tax only. This is not certification that II ♦ ���—�� It does not permit the licensee to violate any existing regulatory zoning la nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. GFA INTERNATIONAL, INC. a INTERNATIONAL, INC. 1 COUNTRY LAKES DR MYERS, FL 33905 -THIS TAX IS NON -REFUNDABLE - DATE 07/26/2019 AMOUNT 30.00 RECEIPT 502-20-00068645 ;?e' ;e" RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY dl�a�r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GFA INTERNATIONAL, INC. 1215 WALLACE DRIVE DELRAY BEACH FL 33444 LICENSE NUMBER: CA4930 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaUcense.com o ,�o Do not alter this document in any form. O This is your license. It is unlawful for anyone other than the licensee to use this document. HASKELL I WE CREATE THINGS THAT MATTER 6-17 REQUIRED FORMS State of Florida Department of State I certify from the records of this office that GFA INTERNATIONAL, INC. is a corporation organized under the laws of the State of Florida, filed on October 20, 1998. The document number of this corporation is P98000089761. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 16, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida ar Tallahassee, the Capital, this the Sixteenth day of January, 2020 C11E O� Secretary of State Tr Imil Number: 7724416825CC To authenticate this cer0nca[e,visi[ the following sitgeoter this number, sod then follow the instructions displayed. hltps:l/services.sunbiz.org/FilingslCerHfirateOtStatus/CertiRrateAoMeotirvtioo State of Florida Department of State I certify from the records of this office that Q. GRADY MINOR AND ASSOCIATES, P.A. is a corporation organized under the laws of the State of Florida, filed on October 14, 1985. The document number of this corporation is H80985. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on April 29, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eleventh day of September, 2019 � tillE we Secretary of State Tracking Number: 6113177759CU To authenticate this cerli11—t hit the folio wing site,eoter this nnsnher, and then follow the instructions displayed. httpa://services.sunbiz.org/FilingslCertificateOiS[etus/CerdficateAuthenticadon R., --fiis, Governor Halsey Besheare, Secretary ri c dlpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES D'HUYVETTER, PAULJEFFREY 104 SEBRING CIRCLE 5+',A� LEHIGH ACRES FL 33936 * k E _- EXPIRATI 28, 2021 Always verity licenses online at MyFloddaUcense.com o, o F Do not alter this document in any form. Ill. unlawful This is your license. It is nse for anyone other than the licee to use this document. ...e Ron DeSanda Govemor Hal Be,hears5erretary d F 'mr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES Q. GRADY MINOR AND ASSOCIATES, P.A. 3800 VIA DEL REY BONITASPRINGS FL 339230000 LICENSE NUMBER: CA5151� EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFlondal-icense.com 11.. Do not alter this document in any form. h.: This is your license. It is unlawful for anyone other than the licensee to use this document. ❑' r Plan"Departmam of A>sriellov, and Cr—anr services Liven. No.: LB5151 Divkmn of COmvmer Sernca p III`' 2005 Apaba l a Pkway Tola o eseeo, Florrrida 32.399-6500 Exptmnon Date Febmmy 26, 2021 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes Q GRADY MINOR AND ASSOCIATES PA Q /J 3800 VIA DEL REY n I BONITA SPGS, EL 34134 NICOLE ^NEM" FRIED COMMISSIONER OF AGRICULTURE rua,a m rash aw me po—, mrw.y.+ 1mapao-". oeac I—,M mo w ebor< j. a,m.w u Moo, br Cape na, noam sane. 2019-2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 0600287 Account Expires: September 30, 2020 Mayengage in the W siness on Location: ENGINEERING FIRM 3900 VIA DEL REY BONITA SPRINGS FL 34134 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Q GRADY MINOR & ASSOCIATES PA Q GRADY MINOR & ASSOCIATES PA Payment information: 380O VIA DEL REY BONITA SPRINGS FL 34134 PAM 52685"1 08/OBf20191010 AM $M.00 HASKELL I WE CREATE THINGS THAT MATTER 6 — 18 REQUIRED FORMS Florida Department a[ Agriculture and Consumer Services Division of Consumer Services License No.: ILS6761 Board of Professional Surveyors and Mappers Expiration Date Febmary 28, 2021 11 2005 Amischee Pkway TaU ha , Florida 32399-6500 Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Statutes DONALD LEE SADNTENOY III 17589 LAUREL VALLEY RD FORT MYERS, FL 33967.50D7 NICOLE "NIKKI" FRIED COMMISSIONER OF AGRICULTURE This is a mdty Mu �M1e Omkuiond zmveywaM nupp:rwhox nameaM atldrtu arc saown above is littnsetl az rc9uirMby Cbapar472 Flodde Sreona. COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 941867 COLLIER COUNTY TAX COLLECTOR- 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 341D4- (239) 252.2477 VISIT OUR WEBSRE AT: wnw.colliedax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. LOCATION:4585 PROGRESS AVE /C 4�Ia FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ZONED: INDUSTRIAL it� Ys � 4 wf BUSINESSPHONE:263-7137 STATE OR COUNTY LIC X:EC73003707 �j GULF STATES ELECTRIC, INC Q Corporatifln �, j • it APLES, FL 34104 1-10 EMPLOYEES. CLASSIFICATION: 05-ELECTRICAL CONTRACT �5x -- 07222019 TAXIS NON48EFUNDAB CLASSIFICATION CODE: 05100601 ff DATE AMOUNT 18,00 RECEIPT 502w20-00061230 This document is a business tax only. This is notceNficzti vi that li 51 It does not permit the licensee to Vblate any existing regulatory zoning la to nor does it exempt the licensee from any other taxes or permits that may he requn State of Florida Department of State I certify from the records of this office that GULF STATES ELECTRIC, INC. is a corporation organized under the laws of the State of Florida, filed on November 7, 2007. The document number of this corporation is P07000121687. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 20, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Seventeenth day of March, 2020 :. OA Y F � "can wB a1N'` Secretary of State Tracking Number. 4035701749CU To authenticate this cerdficate,visit [he foeowing si[e,enter Ihis number, and then follow the instructions displayed. hllps://services.aunbiz.org/Ntilinga/CerlificateOtBfetus/CertiDcateAuthentication �n�mna�wmn, �tryaar���a,d r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORI DA STATUTES FEENEY, FRANCIS JOSEPH 19571 WATERS WAY FORT MYERS FL 33967 LLICENSE NUMBER: PE64698 EXPIRATION DATE: FEBRUARY 28, 2021 Alwaysvedfy licensesonlineat NvH,,1d,UOc semm o. o Do not alter this document in any form. Lou This is your license. It is unlawful for anyone other than the licensee to use this document \,,,! leaSCnrr.GOVERNOR JONATHAN=AraEM.SECRETARY dl j r STATE OF FLORIDA DEPARTMENT OF BUSINESS ANDiMOFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ROGERS, MARTIN J GULF STATES ELECTRIC INC yyy 4585 PROGRESS AVENUE NAPLES FL 34104 L CENSE NUMBER: EC13003707 EXPIRATION DATE: AUGUST 31,2020 Always verify licenses online at MYFloridaticense.com o. o Do not alter this document in any form. 0k This is your license. It is unlawful for anyone other than the licensee to use this document. State of Florida Department of State I certify from the records of this office that QUEST CORPORATION OF AMERICA, INC. is a corporation organized under the laws of the State of Florida, filed on August 25, 1995. The document number of this corporation is P95000066089. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 25, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida st Talloh issee, the C pitd, this the Twenty-fifth day ofFebruary, 2020 Secretary of State TYveking Number: 4932648583CC Tosulhenricare[his ,ouphyed. the following rire,euter this number, antl rhea foanw the inarructions tluplayetl. hrrpa:/Iservices.sunbiz.org/Filings/CerrinevteOtSrvmvlCerrinev[eAutM1enrknrion HASKELL I WE CREATE THINGS THAT MATTER 6-19 REQUIRED FORMS Woman Business Certification Quest Corporation of America, Inc. Is certified underthe provisions of 287 and 295.184, Florida Statutes, for a period from: 12/10/20,1199/ 12/10/2021 Jooathm R. eatter, Sette[aG• F7ot ida Department of \iavagemevt eervirea �pamrur,[of eT,ce M5wplier Cawaty MANAGEMENT aaso Apia ad wa,wae5eo SERVICES rNiphas FL32M 850.49]�15 Oxide m Snppl- "s.,n"00 BI YzV1/ARD T � GRIME AUTHORITY UTHOORLANI /�_ AVIATION AUfHORIN ® Tenrxoaittun.N Disadvantaged Business Enterprise (DBE) Certificate of Eligibility QUEST CORPORATION OF AMERICA INC MEETS THE REQUIREMENTS OF 49 CFRr PART 26 APPROVED NAICS CODES: 541611, 51820 and ebre: Samvol E6= (Sammy) DBE& Small Business Development Manager Florida Department of Transportation rlihM Tampa - ^International L�Hr*"Et Airport �n Ron DeSan[is, Governor FBPF STATE OF FLORIDA.,:,�.,.,, BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES REVERE CONTROL SYSTEMS 2240 ROCKY RIDGE ROAD t VESTAVIA HILLS AL 35216 Y 4 LI 1111iiR: 9 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaUcense.com 0 } ❑ Do not alter this document in any form. O This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Department of Transportation Construction, Maintenance, & Other Contractual Services Small Business Detail for: QUEST CORPORATION OF AMERICA, QUEST CORPORATION OF AMERICA, 866-662-6273 17220 Camelot Ct. diane.hackney@qcausa.com Land O'Lakes, FL 34838 *DBE Diane Hacknev Activities or Specialty Areas: Other Activities Related to Real Estate , Certified Public Accountants , Other Computer Related Services, Computer Facilities Mgmt. Services, Administrative and General Management, Administrative & General Management, Human Resouces Consulting Services, Other Management Consulting Services , Energy Consultant Services, Economic Consultant Services , Public Relations Agencies/Services , Technical Services Related to CEI , Temporary Help Services, Prof. & Mgmt. Development Training Svcs. , Educational Support Services Counties of Interest: Alachua , Baker, Bay, Bradford, Brevard , Broward , Calhoun , Charlotte , Citrus , Clay , Collier, Columbia, Dade , Desoto, Dixie, Duval, Escambia , Flagler, , Franklin, Gadsden , Gilchrist, Glades , Gulf, Hamilton , Hardee, Hendry, Hernando, Highlands , Holmes, Hillsborough , Indian River, Jackson , JEFFERSON , Lafayette, LAKE, LEE, LEON , Levy, LIBERTY , MADISON , Manatee, MARION , Martin, MONROE , Nassau , OKALOOSA , Okeechobee, ORANGE, OSCEOLA , PALM BEACH, Pasco, Pinellas, POLK , Putnam , SANTA ROSA , Sarasota, Seminole, St. Johns , St. Lucie, Sumter, Suwannee , Taylor, UNION , Volusia , WAKULLA State of Florida Department of State I certify rum the records of this office that REVERE CONTROL SYSTEMS, INC. is an Alabama corporation authorized to transact business in the State of Florida, qualified on December 5, 1996. The document number of this corporation is F96000006332. I further certify hat said corporation has paid all fees due this office through December 31, 2019, that its most recent annual reporthmif rrm business report was filed on April 25, 2019, and that its status is active. I further certify hat said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirtieth day ofdanuary, 2020 z= QN yr z Secretary of State Tracking Number: 2503553773CU Toauthenticate this "ificate, Wt the followingsite,enter thisnumber,and the. follow the instructions displayed. https://servi�es.sunbiz.org/Filings/CartInca[eOfStatualCertificateAu[bentication HASKELL I WE CREATE THINGS THAT MATTER 6-20 REQUIRED FORMS State of Florida Department of State I certify from the records of this office that RE S CONSULTING ENGINEERS, INC. is a corporation organized under the laws of the State of Florida, filed on January 28, 1999. The document number of this corporation is P99000009785. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 20, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twentieth day of February, 2020 � 1118 Secretary of State Tracking Number: 5901796228CC To mthrm,ke this 1e10ftca6e,01it the f IImvingsite,rmrr this number, and the, follow the instruction, displayed. https://services.sunbiz.org/Filings/CertificateOtStatus/CertificateAuthentication 2019.2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1603793 Account EXpires:Septemher30, 2020 Mrywgage in iM badness M: Loceaoa: ENGINEERING FIRM 12651 MCGREGOR BLVD UNIT 4402 FT MYERS 133919 MS LOCAL BUSINESS TAX RECEIPT M NON REGULATORY RKS CONSULTING ENGINEERS NC RKS CONSULTING ENGINEERS INC Paynam Inrmmv,mr: 12651 MCGREGOR BLVD UNIT4 402 FT MYERS 13"19 PAW 53,5384.1 0112:20 PM III I� 9o� oesann,, co�e,�o, Nalaev ae:Wean. se<rarary dbor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RKS CONSULTING ENGINEERS, INC. ��NQRT 12651 MCGREGOR BLVDUNIT 4-402 MRS VEFL339 � t LICENSE NUMBER: CA8212 EXPIRATION DATE: FEBRUARV 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. o This is your license. It is unlawful for anyone other than the 8censee to use this document ocesae:, wwemor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES Nalaev eeanea,,, serrera rydb"jar PROKOPETZ, TRACY MARIE 12651 MCGREGOR BLVD UNIT 4-402 FORT MYERS FL 33919 LICENSE NUMBER: PE62427 EXPIRATION DATE: FEBRUARV 28, 2021 Always verify licenses online at MyFI,,id,U,cnse.c— o, o Do not alter this document in any form. 1 This is your license. It is unlawful for anyone other than the licensee to use this document. El Woman Business Certification RKS Consulting Engineers Inc Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 08/28/2018 to 08/28/2020 Flonae p R«k .' Na,a4arient se,wea � G c fii f upplier ste olavr na rr Brae MSuppller,Iverslry • —I Wa, 5une 14o • Tallrtasree, 11— • 1— • w.w.am..myrknm.comla:e HASKELL I WE CREATE THINGS THAT MATTER 6 - 21 REQUIRED FORMS "endum1 Collier County Administrative Services Division Procurement Services Date: 2/28/2020 1i HASKELL Email: Geoffthomas@colliercountyfl.gov Telephone: (239)252-6098 Addendum One From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #20-7722 and Design Build Services of New NCWRF Headworks The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. The solicitation originally stated six criteria, please see the new updated solicitation that only has 5 criteria which matches the criteria in the Design Build directions on bid sync. Change 2. Project 20-7722 Design Build Services of New NCWRF Headworks has been extended to March 30, 2020. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Craig Pajer Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. �ce'f February 28, 2020 (Sign ture) Date The Haskell Company (Name of Firm) HASKELL I WE CREATE THINGS THAT MATTER 6 — ZZ REQUIRED FORMS "endum2 Collier County Administrative Services Division Procurement Services Date: 3/11/2020 1i HASKELL Email: Geoffthomas@colliercountyfl.gov Telephone: (239)252-6098 Addendum Two From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #20-7722 and Design Build Services of New NCWRF Headworks The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please see Attachment B Form 8 (Reference Document) in the documents sections of Bid Sync. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Craig Pajer Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. &/— �"&' March 11, 2020 (Signature) Date The Haskell Company (Name of Firm) HASKELL I WE CREATE THINGS THAT MATTER 6 — 23 REQUIRED FORMS "endum3 Collier CoH.nty Administrative Services Division Procurement Services Date: 3/11/2020 1i HASKELL Email: Geoff.thomas@colliercountyfl.gov Telephone: (239)252-6098 Addendum Three From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation #20-7722 and Design Build Services of New NCWRF Headworks The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. A Non -mandatory Pre -Bid Meeting Site visit will be held on March 18, 2020 at 10:00 am. The location will be the NCWRF Plant at 11500 Goodlette Frank Road, Naples FL 34109. Everyone will meet in the Garage of the Operations Building. Security Guard will admit participants to the site. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Craig Pajer Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. &/— � "&' March 11, 2020 (Si tune) Date The Haskell Company (Name of Firm) HASKELL I WE CREATE THINGS THAT MATTER 6 — 24 REQUIRED FORMS "endum4 Collier County Administrative Services Division Procurement Services Date: 3/13/2020 1i HASKELL Email: Geoffthomas@colliercountyfl.gov Telephone: (239)252-6098 Addendum Four From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 4 Solicitation #20-7722 and Design Build Services of New NCWRF Headworks The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please see Contract Template that has been uploaded into Bid Sync. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Craig Pajer Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 9/— � &f March 13, 2020 (Signa re) Date The Haskell Company (Name of Firm) HASKELL I WE CREATE THINGS THAT MATTER 6 — 25 REQUIRED FORMS Insurance and Bonding Requirements Form ® HASKELL 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 Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Happs.fldfs.com/bocexemnp 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily ISO form 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 ContractorNendor 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 or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000 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 ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ 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. HASKELL I WE CREATE THINGS THAT MATTER 6 - 26 REQUIRED FORMS Insurance and Bonding Requirements Form - Continued ® HASKELL 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds 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. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor 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. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 2/21/20 - CC Vendor'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. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm The Haskell Company Vendor Signature 9, � 9,J", Print Name Bryan Bedell Insurance Agency Lockton Agent Name Brad Lemish Date March 30.2020 Telephone Number 816.960.9242 HASKELL I WE CREATE THINGS THAT MATTER 6 — 27