soq for rfq 09 08 cdm

163
July 2009 FORM A-1 FORM A REQUEST FOR QUALIFICATIONS RFQ-09-08 PROGRESSIVE DESIGN-BUILD SERVICES FOR ON SCHEDULE DELIVERY OF THE NORTH LEE COUNTY WTP EXPANSION PROJECT DUE 2:00 P.M. – TUESDAY, JULY 28, 2009 FIRM INFORMATION: NAME OF FIRM: CDM Constructors Inc. (CDM) ADDRESS: 12501 World Plaza Lane, Building 51 (Street Address) (PO Box) Fort Myers, Florida 33907-3991 (City, County, State, Zip) PHONE: 239.938.9600 FAX: 239.275.6755 AUTHORIZED SIGNATORY: Richard A. Slovarp (Print Name) TITLE: Senior Vice President SIGNATURE: CONTACT’S E-MAIL ADDRESS: [email protected] IDENTIFICATION OF BUSINESS ORGANIZATION: Check the appropriate box that describes the organization of the firm proposing: [ ] Sole [ ] Partnership [ ] Joint Venture [xx] Corporation Proprietorship State of Incorporation: Massachusetts The Firm represents that the following persons are authorized to sign and/or negotiate Contracts and related documents to which the Firm will be duly bound: Name Title Phone Number Richard A. Slovarp Senior Vice President 407.660.2552

Upload: 5045033

Post on 09-May-2015

5.177 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Soq For Rfq 09 08 Cdm

July 2009 FORM A-1

F O R M A

REQUEST FOR QUALIFICATIONS RFQ-09-08

PROGRESSIVE DESIGN-BUILD SERVICES FOR ON SCHEDULE DELIVERY OF THE NORTH LEE COUNTY WTP EXPANSION PROJECT

DUE 2:00 P.M. – TUESDAY, JULY 28, 2009 FIRM INFORMATION: NAME OF FIRM: CDM Constructors Inc. (CDM) ADDRESS: 12501 World Plaza Lane, Building 51 (Street Address)

(PO Box) Fort Myers, Florida 33907-3991

(City, County, State, Zip) PHONE: 239.938.9600 FAX: 239.275.6755 AUTHORIZED SIGNATORY: Richard A. Slovarp (Print Name) TITLE: Senior Vice President SIGNATURE: CONTACT’S E-MAIL ADDRESS: [email protected] IDENTIFICATION OF BUSINESS ORGANIZATION: Check the appropriate box that describes the organization of the firm proposing: [ ] Sole [ ] Partnership [ ] Joint Venture [xx] Corporation Proprietorship State of Incorporation: Massachusetts The Firm represents that the following persons are authorized to sign and/or negotiate Contracts and related documents to which the Firm will be duly bound: Name Title Phone Number Richard A. Slovarp Senior Vice President 407.660.2552

Page 2: Soq For Rfq 09 08 Cdm

July 2009 FORM A-2

ADDENDUM ACKNOWLEDGEMENT: The Firm shall acknowledge receipt of any addenda issued to the solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the SOQ. Failure to acknowledge an addendum that has a material impact on the solicitation may negatively impact the responsiveness of your SOQ. Material impacts include but are not limited to changes to scope of work, delivery time, performance period, quantities, bonds, letters of credit, insurance, qualifications, etc.

Addendum No. 1 Date: 7/21/09 Addendum No. Date:

Addendum No. Date: Addendum No. Date:

Page 3: Soq For Rfq 09 08 Cdm
Page 4: Soq For Rfq 09 08 Cdm

570034391788

Certificate No :

Holder Identifier :

7777777707070700077763616065553330770615577204545607750335553636012073743557265033100766661624147575007475507737035555072610110606311130756641537667451607166237572076330077727252025773110777777707000707007

6666666606060600062606466204446200622200604204200006002026262040220062200240620400200620220626204020006220204262062000062222062400420020620000606226022006220224262002400066646062240664440666666606000606006

CERTIFICATE OF LIABILITY INSURANCEACORDTM

DATE(MM/DD/YYYY) 05/11/2009

PRODUCER

Aon Risk Services, Inc. of Massachusetts

INSURERS AFFORDING COVERAGE

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY

AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS

CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE

COVERAGE AFFORDED BY THE POLICIES BELOW.

One Federal StreetBoston MA 02110 USA

PHONE -(866) 283-7122 FAX - (847) 953-5390NAIC #

INSURED

CDM Constructors Inc

INSURER E:

INSURER D:

INSURER C:

INSURER B:

INSURER A: American Guarantee & Liability Ins Co

American Zurich Ins Co

Lloyd's of London

ACE American Insurance Company

American International Specialty Lines

555 17th StreetDenver CO 80202 USA

26247

40142

0005FI

22667

26883

SIR applies per terms and conditions of the policyCOVERAGES

THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING

ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY

PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.

AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED

INSR

LTR TYPE OF INSURANCEPOLICY EFFECTIVE

DATE(MM\DD\YY)

POLICY EXPIRATION

DATE(MM\DD\YY)LIMITSPOLICY NUMBER

ADD'L

INSRD

GENERAL LIABILITY

COMMERCIAL GENERAL LIABILITY

CLAIMS MADE OCCUR

POLICY PRO-

JECTLOC

EACH OCCURRENCE

DAMAGE TO RENTED

PREMISES (Ea occurence)

MED EXP (Any one person)

PERSONAL & ADV INJURY

GENERAL AGGREGATE

PRODUCTS - COMP/OP AGG

X

X

X

GEN'L AGGREGATE LIMIT APPLIES PER:

$2,000,000

$100,000

$5,000

$1,000,000

$4,000,000

$4,000,000

GLO837663213AAAA 01/01/09 01/01/10

AUTOMOBILE LIABILITY

ANY AUTO

ALL OWNED AUTOS

SCHEDULED AUTOS

HIRED AUTOS

NON OWNED AUTOS

COMBINED SINGLE LIMIT

(Ea accident)

BODILY INJURY

( Per person)

PROPERTY DAMAGE

(Per accident)

X

X

X

X

X

X

BODILY INJURY

(Per accident)

$2,000,000

Comp ded - $1000

Coll ded - $1000

BAP837663113AAAA 01/01/09 01/01/10

GARAGE LIABILITY

ANY AUTO

AUTO ONLY - EA ACCIDENT

OTHER THAN

AUTO ONLY :

EA ACC

AGG

EXCESS /UMBRELLA LIABILITY

X OCCUR CLAIMS MADE AGGREGATE

EACH OCCURRENCE

X

DEDUCTIBLE

RETENTION

$5,000,000

$5,000,000

$100,000

XOOG23890999DDDD 01/01/09 01/01/10

WORKERS COMPENSATION AND

EMPLOYERS' LIABILITY

E.L. DISEASE-EA EMPLOYEE

E.L. DISEASE-POLICY LIMIT

E.L. EACH ACCIDENT $1,000,000

$1,000,000

X OTH-

ER

WC STATU-

TORY LIMITS

WC837663314BBBB 01/01/09 01/01/10

ANY PROPRIETOR / PARTNER / EXECUTIVE

OFFICER/MEMBER EXCLUDED?

If yes, describe under SPECIAL PROVISIONS

below

$1,000,000

OTHER$3,000,000Each Claim USDQK0901367CCCC 01/01/09 01/01/10

$3,000,000Aggregate USDArchit&Eng Prof

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS

Evidence of Insurance.

CANCELLATIONCERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

DATE THEREOF, THE ISSUING INSURER WILL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION

ENDEAVOR TO30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITYOF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.

MAIL

Evidence of InsuranceFor Proposal Purposes OnlyDenver CO 80202 USA

ACORD CORPORATION 1988ACORD 25 (2001/08)

Page 5: Soq For Rfq 09 08 Cdm

The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage

afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy.

INSURER

INSURER

INSURER

INSURER

INSURER

ADDITIONAL POLICIESIf a policy below does not include limit information, refer to the corresponding policy on the ACORD

certificate form for policy limits.

555 17th StreetDenver CO 80202 USA

CDM Constructors Inc

INSURED

Attachment to ACORD Certificate for CDM Constructors Inc

INSR

LTR TYPE OF INSURANCE

POLICY NUMBER

POLICY DESCRIPTION

POLICY

EFFECTIVE

DATE

POLICY

EXPIRATION

DATELIMITS

OTHER

E Contractor PollCPO1213030 01/01/09 01/01/10 Each Loss

$20,000,000

SIR/Deductible $500,000

ADD'L

INSRD

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS

Certificate No : 570034391788

Page 6: Soq For Rfq 09 08 Cdm
Page 7: Soq For Rfq 09 08 Cdm

As required by the RFQ we have provided below information regarding our bonding company including name, contact person, address, and telephone number. Steve Grant (617) 351-7406 Willis North America Three Copley Place, Suite 300 Boston, MA 02116-6501 United States of America

Page 8: Soq For Rfq 09 08 Cdm

July 2009 FORM B-1

LOCATION Firms shall complete and submit the information below to clearly identify the location and applicable percentage of the work to be performed at each location listed.

DESIGN-BUILDER (Name & Address) CITY COUNTY STATE ZIP % OF WORK

ASSIGNED

1. CDM 12501 World Plaza Lane, Building 51 Fort Myers, FL 33907

Fort Myers Lee Florida 33907

2. CDM 2301 Maitland Center Parkway, Suite 300 Maitland, FL 32751

Maitland Orange Florida 32751

3.

SUBCONSULTANT/ SUBCONTRACTOR

(Name / Address / Phone) CITY COUNTY STATE ZIP % OF WORK

ASSIGNED

1.

TKW Consulting Engineers, Inc. 5621 Banner Drive 239.278.0922

Fort Myers Lee Florida 33912

2.

Barraco and Associates, Inc. 2271 McGregor Boulevard, Suite 100 239.461.3170

Fort Myers Lee Florida 33901

3. RKS Consulting Engineers, Inc. 15400 Shamrock Drive 239.481.6775

Fort Myers Lee Florida 33912

4. BCI Technologies 6540 Corporate Park Circle, Suite #3 239.433.9600

Fort Myers Lee Florida 33966

5.

Use additional pages if necessary – Total percentage must equal 100%

Page 9: Soq For Rfq 09 08 Cdm

July 2009 FORM B-2

LOCATION (continued) Current domicile of Project Manager.

Name of Project Manager David J. Prah, P.E., BCEE

City & County New Smyrna Beach, Volusia County

State Florida 1. Will Project Manager relocate to a Lee County address to facilitate contract performance? (check appropriate line)

No Not Applicable If Project Manager will not relocate, explain how the Project Manager will manage the project and maintain close communication with the County.

Yes Not Applicable If yes, please explain when relocation will occur in relationship to contract award.

CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project. Our Project Manager, David J. Prah, P.E., BCEE, will locate to the Lee County area and will work from our well-staffed local office, located in Fort Myers, for the duration of the work.

Page 10: Soq For Rfq 09 08 Cdm

July 2009 FORM B-3

LOCATION (continued) Current domicile of Project Engineer.

Name of Project Engineer Donald M. Thompson, Ph.D., P.E.

City & County Jacksonville, Duval County

State Florida 1. Will Project Engineer relocate to a Lee County address to facilitate contract performance? (check appropriate line)

No Not Applicable If Project Engineer will not relocate, explain how the Project Engineer will manage the project and maintain close communication with the County.

Yes Not Applicable If yes, please explain when relocation will occur in relationship to contract award.

CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project. Our Project Engineer, Donald M. Thompson, Ph.D., P.E., will locate to the Lee County area and will work from our well-staffed local Office, located in Fort Myers, for the duration of the work.

Page 11: Soq For Rfq 09 08 Cdm

July 2009 FORM B-4

LOCATION (continued) Current domicile of Project Construction Manager.

Name of Project Construction Manager Dennis A. Mucha

City & County Palm Bay, Brevard County

State Florida 1. Will Project Construction Manager relocate to a Lee County address to facilitate contract performance? (check appropriate line)

No Not Applicable If Project Construction Manager will not relocate, explain how the Project Manager will manage the project and maintain close communication with the County.

Yes Not Applicable If yes, please explain when relocation will occur in relationship to contract award.

CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project. Our Construction Manager, Dennis A. Mucha, will locate to the Lee County area and will work from our well-staffed local Office, located in Fort Myers, for the duration of the work.

Page 12: Soq For Rfq 09 08 Cdm

July 2009 FORM B-5

LOCATION (continued) AFFIDAVIT Under penalties of perjury, I swear affirm that the preceding location information is true and correct. I also acknowledge that any material misrepresentation will be grounds for terminating for default any contract, which may have been awarded due in whole or part to such misrepresentation. I also understand that false statements may result in criminal prosecution for a felony of the third degree per Section 92.525(3), Florida Statutes.

CDM Constructors Inc. (CDM) Authorized Signatory Name of Proposer

Richard A. Slovarp July 27, 2009 Typed or Printed Full Name Date

Senior Vice President Title On this 27th day of July , 2009, before me appeared

Richard A. Slovarp (name) , to me personally known, or who produced identification (type of ID) who being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) CDM Constructors Inc. to execute the affidavit and did so as his or her free act and deed. Notary Public Virginia O. Bonocore Commission Expires August 30, 2010 (seal) Date July 27, 2009 State of Florida County of Orange

Page 13: Soq For Rfq 09 08 Cdm

July 2009 FORM C-1

FORM C

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT MANAGER

1. Name of Project Manager: DAVID J. PRAH, P.E., BCEE Project Name: DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR WATER TREATMENT PLANT NO. 3 Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed an expansion of an existing 10 mgd

nanofiltration (membrane softening) facility to 30 mgd. CDM conducted preliminary and final design services. CDM also administered the construction management contract for the membrane facility expansion, including on-site services, shop drawing review, project meeting attendance, and other related services. The facility came on-line in September 2005. A partial release to maintain existing plant capacity of 9.4 mgd was permitted in may 2004

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,168,576 Construction engineering services fee: $2,191,618 Change orders: 12 total – 85% were owner requested change orders Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 11/1999 Design completion date: 01/2002 Original estimated construction completion date: 7/2005 Any change orders to schedule: yes – see above Actual project completion date: 09/2005 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent

Page 14: Soq For Rfq 09 08 Cdm

July 2009 FORM C-2

Summary of Work: Mr. Prah served as project manager for the nanofiltration membrane softening WTP expansion focusing on permitting, budget monitoring and management, and complying with internal and external Quality Review requirements. Mr. Prah was also the project engineer for the mechanical design and responsible for coordinating the design layout and drafting with other disciplines. In addition to the plant expansion, Mr. Prah was responsible for the design to demolish the existing lime softening plant and the addition of a sodium hypochlorite generation system, replacing the existing chlorine gas system. Mr. Prah contributed to the overall success of this project by having a strong commitment to construction budget limitations, assembling a top CDM design team, conducting monthly progress meetings with team and client, assigning team leaders for each major task and discipline, coordinating to provide a design that would allow for the demolition of the existing lime softening plant while placing the new plant online without disruption in service, providing continuity of design through construction phase, and discussing potential issues with regulatory agencies prior to permit submittals. Mr. Prah was also significantly involved in the construction management services for the 3-year construction project. In the early 1990s, Palm Beach County (County) began adopting nanofiltration, or membrane softening technology to simultaneously soften and decolorize the aquifer water. Water Treatment Plant No. 3 (WTP No. 3) was the first facility in the County to employ nanofiltration. WTP No. 3 is one of five Palm Beach County Water Utilities Department (PBCWUD) drinking water treatment plants operating 24 hours a day, seven days a week. It utilizes state-of-the-art membrane softening filters, which are fine plastic sheets through which pressurized water is pumped. After filtration, the water is degasified and disinfected. The membrane-softened water is then blended with filtered raw water before it is distributed to the surrounding suburban Delray and Boynton areas. The plant has the capacity to produce approximately 30 mgd of drinking water, and its raw water source is the underground surficial aquifer. The 30-mgd finished water capacity makes WTP No. 3 one of the largest operating nanofiltration plants in the United States. CDM provided a pilot plant study, preliminary design, a final design and construction services for the expansion from 9.4-mgd to 25.5-mgd of permeate production. In addition, a 4.5-mgd raw water by-pass and blend was added to create a total plant capacity of 30-mgd. CDM participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment condition. Significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate ratio. Key features of the facility include: One of the largest operating nanofiltration facilities in the United States; Innovative approach to raw water blending resulting in lowered capital and operational costs; Site-enhancing landscaping utilizing native South Florida vegetation and fully automated and secured facility. In response to the rapidly developing needs of the mid County area, PBCWUD identified the need to significantly expand the treatment capacity of WTP No. 3. This facility has been operated since the mid-1990s using 9.4-mgd of nanofiltration and 7-mgd of lime softening water. A phase-out of the existing lime facilities was desired with the full treatment capacity to be delivered by nanofiltration. CDM was retained to provide preliminary and final design services as well as subsequent construction management services. Due to changes in utility philosophy PBCWUD desired to significantly alter the configuration of the existing plant and add an entirely new membrane process building while maintaining full use of the existing treatment capacity. This approach allowed all membrane treatment to be consolidated and the existing buildings to be re-used for associated pretreatment and pumping functions. CDM carefully crafted a construction sequence that allowed orderly startup of new capacity without existing facility operation interruption. Other significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate ratio. This situation allowed the 30-mgd facility to blend 4.5-mgd of relatively inexpensive pretreated raw water with 25.5-mgd of membrane permeate to minimize capital and operational costs. In addition, CDM participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment condition. The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation, acid addition, and cartridge filtration; membrane treatment including feedwater pumping, nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification, off gas odor control, blended water clearwell storage, on-site sodium hypochlorite disinfection, chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration; chemical storage and feed facilities; new membrane process building and extensively renovated existing process buildings: concentrate disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water storage and pumping improvements including two 5 mg ground storage tanks and new high service pumping, landscaping and irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls include automated facility control and operation; demolition of certain existing facilities; and related appurtenances required to provide a complete and fully functional plant. CDM was also contracted by PBCWUD to provide extensive construction management services including on-site representation, shop drawing review, project meeting attendance, and other related duties. The facility came fully on-line in November 2005. “The recent Open House and Ribbon cutting marked an important milestone in the County’s commitment to safe and reliable drinking water for our residents. We are proud of the facility’s recent upgrades that give it the capacity to provide 30 mgd of high quality and great tasting drinking water for our community.” ~Bevin A. Beaudet, P.E. Director of Palm Beach County, Water Utilities

Page 15: Soq For Rfq 09 08 Cdm

July 2009 FORM C-3

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT MANAGER

2. Name of Project Manager: DAVID J. PRAH, P.E., BCEE Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR LAKE REGION WATER TREATMENT PLANT Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed a new 10-mgd finished water capacity

LPRO regional facility to provide a reliable, and safe potable water source for the cities of Belle Glade, South Bay and Pahokee. CDM conducted preliminary design, final design, and bidding services. The project includes a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate (brine) disposal.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,178,087 Construction engineering services fee: $450,900 Change orders: yes, but many were owner requested changes; total dollar amount was $1,579,000.00 (250,728 was for a owner changed fuel tank to below grade, $600,000 was for accelerating the schedule requested and paid by the WMD). Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 02/2003 Design completion date: 02/2005 Original estimated construction completion date: 11/2008 Any change orders to schedule: yes Actual project completion date: 11/2008 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent

Page 16: Soq For Rfq 09 08 Cdm

July 2009 FORM C-4

Summary of Work: Mr. Prah served as project manager for the new 10.0-mgd LPRO WTP focusing on permitting, budget monitoring and management, and complying with internal and external Quality Review requirements. He was also the project engineer for the mechanical design and responsible for coordinating the design layout and drafting with other disciplines. In addition to the design for the new plant, Mr. Prah was responsible to design for modifications to the three existing surface WTPs for each city, a raw and finished water pipeline, and the addition of a 750 lb/day on-site sodium hypochlorite generation system. South Bay (collectively known as the “Lake Region”), located in western Palm Beach County on the south/southeast shore of Lake Okeechobee, and has utilized the lake as a surface water supply for their potable water demand. This surface water supply has a high organic carbon content, high color values, and widely varying alkalinity and hardness values. The current conventional surface water treatment facilities operated by the individual cities (Lake Region utilities) have relatively long service lives and do not have the necessary treatment processes to meet the stringent requirements of the Interim Surface Water Treatment Rule, the Long Term 2 Enhanced Surface Water Treatment Rule, or the Stage 2 Microbial Disinfectants and Disinfection By-Product Rule. Also, the allocation of surface water from the lake has become an issue relating to the Comprehensive Everglades Restoration Plan. In order to assist these communities in providing fully regulatory compliant potable water to sustain residential, tourism, commercial, and industrial development, the PBCWUD agreed to construct a new 10-mgd treatment facility to provide potable water on a wholesale basis to the Lake Region communities. To eliminate the surface water supply and associated need for a surface water plant, the PBCWUD elected to use brackish water from the Upper Floridan aquifer (UFA) as a supply source to a facility using low pressure reverse osmosis (LPRO) as the primary treatment process. This Lake Region Water Treatment Plant (LRWTP) LPRO facility is the first in-land membrane facility in Florida and taps an essentially unused supply source. The project included a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate (brine) disposal. CDM was contracted by the PBCWUD to provide a conceptual analysis, a preliminary engineering report, a preliminary design report, final design services, and limited construction management services. For this project, CDM completed a Conceptual Analysis Report (October 2001), a Preliminary Engineering Report (PER) for the LRWTP (April 2003), a Preliminary Design Report (October 2004), and Final Design Drawings and Specifications (July 2005). Other associated work products have included the LRWTP – Financial Analysis Letter Report (September 2002); the City of Belle Glade Water Accountability, Billing and Collection Study (September 2003); Belle Glade Injection Well Conversion Feasibility Investigation (April 2004); and Preliminary Design Report Palm Beach County LRWTP Deep Injection Well System for Concentrate Disposal (August 2004). CDM also provided an extensive amount of public outreach to the communities by supporting the County in both public information meetings and focused meetings with the various City leaders in the Lake Region communities. The facility went to bid in August 2005 and had a groundbreaking ceremony in September 2005. As of September 2008, the facility was approximately 99 percent complete with punch-list work remaining. The facility began producing and delivering potable water in April 2008. In general, CDM designed a new 10-mgd finished water capacity LPRO facility, as well as associated raw water, finished water, and concentrate water transmission mains and UFA wells. Design services related to the various components of the concentrate disposal system (transmission main and other appurtenances) were also included in the design scope of services. For the PBCWUD-requested 10-mgd finished water capacity, the following flows or capacities were established, based upon water quality and quantity parameters: (1) a membrane permeate treatment capacity of 9.5-mgd, (2) a pretreated raw water blending flow of 0.5-mgd, (3) a firm raw water production capacity of 12.375-mgd, and (4) a concentrate flow rate of 2.375-mgd. The LPRO process resulted in a membrane permeate water with low hardness, low alkalinity, and moderate chloride concentrations. To provide a more stable finished water and reduce post-treatment chemical needs, a certain amount of pretreated raw water will be combined with the permeate water to form the finished water. The desired blend ratio was established using taste and odor panel testing as well as estimated blended water quality analysis. The new LRWTP is located on land acquired by PBCWUD near Belle Glade. Four LPRO membrane skids are used for the 9.5-mgd permeate capacity, each with a permeate production capacity of 2.375-mgd. Pretreatment processes for the membrane feed water include pH adjustment for calcium carbonate scaling control, possible scale inhibitor addition for mineral scaling control, and 5-micron cartridge filtration. Pretreatment processes for the raw water to be used for blending include pH adjustment and cartridge filtration. Post-treatment processes include degasification for carbon dioxide and hydrogen sulfide reduction, chlorine addition for primary disinfection, ammonia addition for monochloramine formation for the distribution system disinfectant, carbon dioxide addition to increase carbonate alkalinity upon pH adjustment, pH adjustment with caustic soda, corrosion inhibitor addition, and, in the future, lime addition for calcium hardness addition. The finished water is transferred from the degasifier clearwell to an on-site 3.0 million gallon (MG) ground storage tank (GST). A high service pump (HSP) station provides pressure for transmission to the various utilities. A 30-inch diameter finished water main leaves the plant. A 16-inch diameter main branches from the 30-inch diameter main and delivers up to 1.5-mgd of finished water flow to Pahokee. The 30-inch diameter main continues towards Belle Glade and South Bay with a 24-inch diameter main branching off to Belle Glade and a 16-inch diameter main branching off to South Bay. The 16-inch diameter transmission main carries up to 1.5-mgd of finished water to South Bay. Up to 7.0-mgd of finished water from the LRWTP is to be delivered to Belle Glade via a 24-inch diameter transmission main.

Page 17: Soq For Rfq 09 08 Cdm

July 2009 FORM C-5

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT MANAGER

3. Name of Project Manager: DAVID J. PRAH, P.E., BCEE Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR WATER TREATMENT PLANT NO. 9 Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Design and construction management services of a

new 27 mgd finished water capacity membrane softening reverse osmosis filtration facility, associated pre-treatment, post treatment, storage, and high service pumping systems.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,180,000 Construction engineering services fee: $891,121 Change orders: yes Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 1997 Design completion date: 06/1998 Original estimated construction completion date: 07/2002 Any change orders to schedule: yes Actual project completion date: 11/2002; demolition completed in 2004 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent Summary of Work: Mr. Prah served as project manager for the design and construction services, which involved the replacement of the existing lime softening plant with a 27.0-mgd membrane softening expansion. Mr. Prah was also the project manager during construction, which involved a three-year construction project replacing the existing lime softening plant while maintaining the existing plant operations. Mr. Prah contributed to the overall success of this project by having a strong commitment to construction budget limitations, assembling a top CDM design team, conducting monthly progress meetings with team and client, assigning team leaders for each major task and discipline, coordinating the design, providing continuity of design through construction phase, and discussing potential issues with regulatory agencies prior to permit submittals.

Page 18: Soq For Rfq 09 08 Cdm

July 2009 FORM C-6

Over the course of five years, CDM successfully provided engineering services related to alternatives analysis, pilot plant testing, preliminary, and final design, bidding services, and services during construction for Water Treatment Plant No. 9 (WTP No. 9). The project involved the construction of a new 27 mgd finished water capacity nanofiltration (membrane softening) facility associated pre-treatment, post treatment, storage, and high service pumping systems. The design and construction of the new facilities was complicated by the fact that the existing WTP No. 9 lime softening facility was required to remain in constant operation during the new construction. Given that the new facilities were immediately adjacent to golf course fairways and homes, extraordinary care also had to be given to noise abatement and landscaping as well as providing advanced security protection measures. • The 27-mgd finished water capacity WTP No. 9 is one of the largest operating NF plants in the United States • The design utilized extensive well investigations, side-by-side membrane element pilot tests, and taste and odor panel evaluation to

establish rigorous pretreatment processes • Extraordinary noise abatement, landscaping and advanced security features • The project was completed with a non-owner requested change order rate of less than 1.0 percent, substantially below Palm Beach

County Water Utilities Department’s benchmark value of 3.0 percent. Key Features • One of the largest operating nanofiltration membrane treatment facilities in the United States • Unique location totally within golf course, neighborhood-friendly architecture • The preliminary and final design, and bidding service milestones were achieved on-time and within budget • Fully automated and highly secured facility. Originally constructed in 1971, WTP No. 9 was operating near its 14-mgd permitted capacity. CDM’s initial ser-vices involved the performance of a treatment process alternative analysis study. This study evaluated nanofiltration (membrane softening), low pressure reverse osmosis, anionic exchange, and lime softening with ozonation for a 20 mgd facility on a cost and performance basis. The study demonstrated that the nanofiltration process would be the optional treatment technology due to the ability of the process to simultaneously soften the water, reduce color and disinfection by-products to very low levels, and remove microbiology contaminants. Subsequent evaluation including taste and odor panel testing demonstrated that up to 4-mgd of pretreated local surficial aquifer water could be blended with 23-mgd of nanofiltration permeate to produce 27-mgd of high quality finished water. Extensive pilot plant testing was conducted to evaluate competing membrane softening elements, on a side-by-side basis. This testing proved highly valuable for the membrane procurement effort for which CDM prepared technical specifications and warranty documents. The pilot testing revealed a previously unknown sand and well debris problem with the well water. The testing also revealed a potential fouling problem with the use of certain antiscalants with the high organic carbon raw water source. CDM was retained to provide preliminary and final design, bidding, and services during construction for a new 27-mgd finished water capacity nanofiltration membrane treatment facility. The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation; acid addition, and cartridge filtration; membrane treatment including feedwater pumping; nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification; off-gas odor control; blended water clearwell storage; disinfection; chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration; chemical storage and feed facilities; new membrane process building and post-treatment process building; concentrate disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water storage and pumping improvements including two 5 million-gallon ground storage tanks and new high service pumping; landscaping and irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls with automated facility control and operation features; demolition of existing lime softening facilities; and related appurtenances required to provide a complete and fully functional plant. Beginning in 1999, CDM provided general construction services that included periodic site visits, shop drawing reviews, reviewing vendor supplied operation and maintenance manuals responding to Request for Interests and attending monthly progress meetings. CDM subsequently assisted with plant startup. The facility started up in Fall 2001 with the final demolition work completed in 2004.

Page 19: Soq For Rfq 09 08 Cdm

July 2009 FORM C-7

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT MANAGER

4. Name of Project Manager: DAVID J. PRAH, P.E., BCEE Project Name: ORMOND BEACH WATER TREATMENT PLANT MEMBRANE PROCESS EXPANSION Owner: City of Ormond Beach, FL Reference Name, Address, Phone Number, Fax Number:

City of Ormond Beach 22 South Beach Street, Ormond Beach, FL 32174 John Noble, P.E., Acting City Engineer; Tel: 386.676.3302; Fax: 386.676.3304

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Expansion up to 12-mgd, 8-mgd lime softening

capacity, and 4-mgd capacity Low Pressure Reverse Osmosis (LPRO) membrane treatment facility including design and permitting activities for the City’s water treatment plant.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: Engineering fee – $990,660 Construction fee: $11,460,000; construction engineering services fee – $132,530 Change orders: 4 change orders; net (-$1,137,576) decrease Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: Design – 05/2005; Construction – 06/2006 Original estimated completion date: Design – 12/2005; Construction – 02/2008 Any change orders to schedule: Design – added 30 days; Construction – added 31 days Actual project completion date: Design – 01/2006; Construction – 03/2008 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Meadors Construction Company, Inc. Summary of Work: Mr. Prah served as the project manager/director for the pilot plant testing and preliminary and final design of a 4-mgd LPRO expansion to an existing 8-mgd lime softening plant. The total plant capacity of the plant after the expansion is 10-12 mgd. This project also included the design of an 1,800 lb/day on-site sodium hypochlorite generation system, replacing an existing chlorite gas system.

Page 20: Soq For Rfq 09 08 Cdm

July 2009 FORM C-8

Preliminary Design and Pilot Testing – CDM was retained by the City to prepare a water supply system evaluation and a water master plan update. Our recommendations included the use of low pressure reverse osmosis (LPRO) membrane technology for the initial 2-mgd expansion based on its (1) ability to effectively reduce chloride concentrations well below the 250 mg/L secondary drinking water standard enforced in Florida, (2) amenability to blending with lime softened water, and (3) potential to allow future use of a deeper, more brackish aquifer. To proceed towards successful project implementation, CDM performed further services relating to the preparation of an Initial Raw Water Supply and Treatment Alternatives Analysis (including significant hydraulic modeling of the raw water wellfield and concentrate disposal alternatives analysis), performing pilot plant testing and producing a report detailing the findings, and producing a Preliminary Design Report for the facility capacity expansion. The Preliminary Design Report provided design and operating criteria for two, 1.0 mgd permeate capacity LPRO skids as well as assorted pretreatment (acidification, antiscalant addition and cartridge filtration), membrane feed pumping, and post-treatment (degasification, off gas odor control primary disinfection with chloramines using ammonia addition, pH adjustment for water stabilization using sodium hydroxide addition, phosphoric acid addition for corrosion control, and fluoridation using fluorosilicic acid addition). The facility improvements will also include a new Membrane Process Building, new transfer and high service pumping, emergency generator upgrades, new bulk chemical storage and feed facilities including a conversion to bulk sodium hypochlorite solution from gaseous chlorine, and a membrane cleaning system. A key component of the Initial Raw Water Supply and Treatment Alternatives Analysis and the Preliminary Design Report was the detailed evaluation of the various concentrate treatment and disposal options. CDM recommended that the concentrate be blended with the wastewater effluent in an equalization basin subsequent to chlorination. As such, the concentrate water will serve to augment the reclaimed water demand while allowing a surface water discharge that meets permitting requirements. Other services performed by CDM included the completion and submittal of necessary permit applications for construction of the WTP improvements and modification of the wastewater facility operations permit to accommodate the concentrate water blending. Engineering Services and Financial Feasibility Study – The City of Ormond Beach (city) retained CDM to provide design and permitting activities for the city’s water treatment plant (WTP) expansion. Also included is the preparation of a Utility System Comprehensive Financial Planning and Rate Study. The project consists of two major tasks: Task 1 – Final Design and Task 2 – Utility System Comprehensive Financial Planning and Rate Study. In August 2007, CDM was selected to perform comprehensive engineering services for the wastewater plant expansion. Final Design – The proposed improvements to the Ormond Beach WTP were designed to accommodate future facilities expansion up to 12-mgd, 8-mgd lime softening capacity and 4-mgd LPRO capacity. During early construction activities, the City of Ormond Beach re evaluated projected potable water demands and, as a result of this re-evaluation, the city decided to proceed with the installation of the complete 4.0 mgd of LPRO treatment capacity in lieu of providing an initial installed capacity of 2.0 mgd as originally planned. Therefore, CDM revised the final design to incorporate the full 4.0 mgd LPRO capacity. CDM provided engineering services for the following improvements: demolition and site preparation; entrance relocation; lime softening odor control scrubber; disinfection system conversion; raw water supply system; pre-treatment system; LPRO membrane system; membrane process and administration building; degasification/clearwell complex; post-treatment facilities; high service pumping; electrical system; instrumentation and control system; bulk chemical containment area; sulfuric acid system; antiscalant system; on-site sodium hypochlorite generation system; ammonia system; sodium hydroxide system; phosphoric acid system; fluorosilicic acid system; and storage building concentrate disposal. CDM provided general construction and inspection services for the water treatment plant expansion. Construction services included: log, process and review shop drawings; conduct periodic visits to the job site; and attend monthly meetings to discuss and agree on construction scheduling, problems and/or techniques. Construction inspection services included providing a Resident Project Representative that is a certified Professional Engineer registered in the State of Florida for construction observation. “Providing safe drinking water is the most important service the City provides. This low pressure reverse osmosis treatment system expansion provides the City with a 50 percent increase in capacity at the water plant. The low pressure reverse osmosis process is the best technology currently available and will allow the City to meet future regulatory requirements and treat lower quality water in the future. The project team of CDM, Meadors Construction Company, Inc., and the City, with the assistance of the SJRWMD, have created a state-of-the-art facility with which to serve Ormond Beach. It has been a pleasure to work with all the individuals on this project team.” ~Judy Sloane, Public Works Director, City of Ormond Beach

Page 21: Soq For Rfq 09 08 Cdm

July 2009 FORM C-9

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT MANAGER 5. Name of Project Manager: DAVID J. PRAH, P.E., BCEE Project Name: TAMPA BAY WATER DBO, SURFACE WTP DESIGN AND UPRATING PROGRAM Owner: Tampa Bay Water Reference Name, Address, Phone Number, Fax Number:

William Mayer, Project Manager/Construction 2301 Regional Water Lane, Tampa, Florida 33619 Construction Field Office Tel: 813.621.9024; Fax: 813.627.0814

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN-BUILD – Design portion and uprating of a Design, Build, Operate, Maintain, Manage Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design Fee: $300,000 (includes services during construction and startup) Construction Fee: $2,500,000 Change Orders: None Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project Start Date: March 2005 Original estimated completion date: July 2006 Change Orders to Schedule: None Actual project completion date: July 2006 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM as a member of the Veolia Water North America Team Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Veolia Water North America (Construction Manager, Contract Operator) Summary of Work: Mr. Prah served as project manager for the final design and uprating program to the 66-mgd surface WTP. The program documented and uprated WTP capacity from 66 mgd to 72 mgd, including the addition of a ninth dual media filter.

Page 22: Soq For Rfq 09 08 Cdm

July 2009 FORM C-10

The state-of-the-art Regional Surface Water Treatment Plant came on-line in September 2002, introducing the first non groundwater supply into the regional drinking water system. The plant, which is the hub of Tampa Bay Water’s interconnected Master Water Plan, treats water harvested from the Tampa Bypass Canal, and Alafia and Hillsborough rivers. Tampa Bay Water is the largest wholesale water supplier in Florida, providing high-quality drinking water to its members, who in turn supply water to nearly two million residents of the Tampa Bay area. As part of a team led by USFilter (now Veolia), CDM was awarded a contract to design a 60 mgd, state-of-the-art regional surface water treatment plant for Tampa Bay Water. The design was one component of a 15-year DBO contract awarded to USFilter for the project. The $144 million agreement was one of the largest water treatment DBO contracts in the United States and an essential component of Tampa Bay Water’s plan to meet the region’s need for new water supplies. The contract included approximately $88 million in capital costs and $56 million in operation and maintenance fees over the initial 15 year term and a five-year option period. Because of the accelerated schedule for the project, CDM was tasked with completing water treatment plant design drawings for permit submittal in less than six months. In addition, Tampa Bay Water decided to increase the capacity of the facility from 60 mgd to 66 mgd about halfway through the project without modifying the contract completion date. CDM mobilized additional design staff to assure Tampa Bay Water that the design capacity changes would get made without impacting the overall project schedule. The CDM team met all design schedule commitments required by the USFilter contract with Tampa Bay Water. Design plans called for using the ACTIFLO® high rate ballasted flocculation process. This process is particularly advantageous when treating large flow rates with variable raw water quality, the conditions anticipated for the regional WTP. The facility is required to meet water quality standards that exceed the current EPA Safe Drinking Water Act requirements for potable water. Additional processes used in the design include ozonation as the primary disinfection process and biologically active filters using a deep bed granular activated carbon medium. The ozone system is a Fuji Ozone system using liquid oxygen as the feed gas. This high efficiency, chilled-water cooled system has a nominal capacity of 2,000 lbs/day ozone at 10 percent concentration or 4,000 lbs/day at 8 percent concentration. A large-scale pilot testing program executed by CDM and USFilter at the Lake Manatee WTP demonstrated that CDM’s process design offered better finished water quality, improved process reliability, reduced treatment costs and reduced space requirements over the conventional flocculation-sedimentation design specified in the base bid requirements for the project. In 2006, CDM completed uprating studies that expanded the facility to 72-mgd. March 2008, CDM finalized the design to expand the facility to 120 mgd finished water capacity with a 100 percent increase in ozone generation capacity. Tampa Bay Water member governments include the cities of New Port Richey, St. Petersburg, and Tampa, and the counties of Hillsborough, Pasco and Pinellas. CDM received a Grand Award in the Design Category from the American Academy of Environmental Engineers for this project. “Eighty million dollars represents compelling savings. These savings translate into lower water rates for our residents. Forward-thinking utilities have to consider the benefits of working with a private-sector partner that provides access to the latest technology and operational economies of scale." ~ Jerry Maxwell, General Manager, Tampa Bay Water

Page 23: Soq For Rfq 09 08 Cdm

July 2009 FORM D-1

FORM D

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT ENGINEER/ARCHITECT

1. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E. Project Name: DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR WATER TREATMENT PLANT NO. 3 Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed an expansion of an existing 10 mgd

nanofiltration (membrane softening) facility to 30 mgd. CDM conducted preliminary and final design services. CDM also administered the construction management contract for the membrane facility expansion, including on-site services, shop drawing review, project meeting attendance, and other related services. The facility came on-line in November 2005.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,168,576 Construction engineering services fee: $2,191,618 Change orders: 12 total 85% were owner requested change orders Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 11/1999 Design completion date: 01/2002 Original estimated construction completion date: 7/2005 Any change orders to schedule: yes see above Actual project completion date: 09/2005 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent

Page 24: Soq For Rfq 09 08 Cdm

July 2009 FORM D-2

Summary of Work: Dr. Thompson served as the Design Director for the 30-mgd WTP #3 Nanofiltration Membrane Treatment Plant. He was responsible for designing all process and mechanical improvements for the conversion of the existing nanofiltration facility to a far greater capacity nanofiltration facility or 25.5 mgd of nanofiltration in combination with 4.5 mgf of raw water blending. Dr Thompson also oversaw the preparation of the Preliminary Design Report and provided oversight of the pilot plant testing being performed by County employees. Dr. Thompson also assisted the Project Manager, Mr. Dave Prah, in the oversight and coordination of the specialty design functions. In the early 1990s, Palm Beach County (County) began adopting nanofiltration, or membrane softening technology to simultaneously soften and decolorize the aquifer water. Water Treatment Plant No. 3 (WTP No. 3) was the first facility in the County to employ nanofiltration. WTP No. 3 is one of five Palm Beach County Water Utilities Department drinking water treatment plants operating 24 hours a day, seven days a week. It utilizes state-of-the-art membrane softening filters, which are fine plastic sheets through which pressurized water is pumped. After filtration, the water is degasified and disinfected. The membrane-softened water is then blended with filtered raw water before it is distributed to the surrounding suburban Delray and Boynton areas. The plant has the capacity to produce approximately 30 mgd of drinking water, and its raw water source is the underground surficial aquifer. The 30-mgd finished water capacity makes WTP No. 3 one of the largest operating nanofiltration plants in the United States. CDM provided a pilot plant study, preliminary design, a final design and construction services for the expansion from 9.4-mgd to 25.5-mgd of permeate production. In addition, a 4.5-mgd raw water by-pass and blend was added to create a total plant capacity of 30-mgd. CDM participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment condition. Significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate ratio. Key features of the facility include: • One of the largest operating nanofiltration facilities in the United States • Innovative approach to raw water blending resulting in lowered capital and operational costs • Site-enhancing landscaping utilizing native South Florida vegetation • Fully automated and secured facility. • In response to the rapidly developing needs of the mid County area, Palm Beach County Water Utilities Department (PBCWUD) identified the need to significantly expand the treatment capacity of WTP No. 3. This facility has been operated since the mid-1990s using 9.4-mgd of nanofiltration and 7 mgd of lime softening water. A phase-out of the existing lime facilities was desired with the full treatment capacity to be delivered by nanofiltration. CDM was retained to provide preliminary and final design services as well as subsequent construction management services. Due to changes in utility philosophy PBCWUD desired to significantly alter the configuration of the existing plant and add an entirely new membrane process building while maintaining full use of the existing treatment capacity. This approach allowed all membrane treatment to be consolidated and the existing buildings to be re-used for associated pretreatment and pumping functions. CDM carefully crafted a construction sequence that allowed orderly startup of new capacity without existing facility operation interruption. Other significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate ratio. This situation allowed the 30-mgd facility to blend 4.5-mgd of relatively inexpensive pretreated raw water with 25.5-mgd of membrane permeate to minimize capital and operational costs. In addition, CDM participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment condition. The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation, acid addition, and cartridge filtration; membrane treatment including feedwater pumping, nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification, off gas odor control, blended water clearwell storage, on-site sodium hypochlorite disinfection, chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration; chemical storage and feed facilities; new membrane process building and extensively renovated existing process buildings: concentrate disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water storage and pumping improvements including two 5 mg ground storage tanks and new high service pumping, landscaping and irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls include automated facility control and operation; demolition of certain existing facilities; and related appurtenances required to provide a complete and fully functional plant. CDM was also contracted by PBCWUD to provide extensive construction management services including on-site representation, shop drawing review, project meeting attendance, and other related duties. The facility came fully on-line in November 2005. “The recent Open House and Ribbon cutting marked an important milestone in the County’s commitment to safe and reliable drinking water for our residents. We are proud of the facility’s recent upgrades that give it the capacity to provide 30 mgd of high quality and great tasting drinking water for our community.” ~Bevin A. Beaudet, P.E. Director of Palm Beach County, Water Utilities

Page 25: Soq For Rfq 09 08 Cdm

July 2009 FORM D-3

SIMILAR PROJECTS/EXPERIENCE OF THE

PROPOSED PROJECT ENGINEER/ARCHITECT

2. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E. Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR LAKE REGION WATER TREATMENT PLANT Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed a new 10-mgd finished water capacity

LPRO regional facility to provide a reliable, and safe potable water source for the cities of Belle Glade, South Bay and Pahokee. CDM conducted preliminary design, final design, and bidding services. The project includes a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate (brine) disposal.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,178,087 Construction engineering services fee: $450,900 Change orders: yes, but many were owner requested changes; total dollar amount was $1,579,000.00 ($250,728 was for an owner changed fuel tank to below grade, $600,000 was for accelerating the schedule requested and paid by the WMD). Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 02/2003 Design completion date: 02/2005 Original estimated construction completion date: 11/2008 Any change orders to schedule: yes – see above Actual project completion date: 11/2008 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent

Page 26: Soq For Rfq 09 08 Cdm

July 2009 FORM D-4

Summary of Work: Dr. Thompson directly participated in and directed the activities relating to the conceptual alternatives analysis report, preliminary engineering report, preliminary design report, and final design efforts. The new facility, substantially completed in April 2008 includes a new wellfield; complete treatment facility including on-site generation of sodium hypochlorite, alkalinity and hardness adjustment, and degasification with off-gas odor control; and a new deep injection well for concentrate disposal. Dr. Thompson also provided input into the design and construction of new pilot plant facilities providing side-by-side testing of three sets of membranes, each on a full-pilot scale basis. South Bay (collectively known as the “Lake Region”), located in western Palm Beach County on the south/southeast shore of Lake Okeechobee, and has utilized the lake as a surface water supply for their potable water demand. This surface water supply has a high organic carbon content, high color values, and widely varying alkalinity and hardness values. The current conventional surface water treatment facilities operated by the individual cities (Lake Region utilities) have relatively long service lives and do not have the necessary treatment processes to meet the stringent requirements of the Interim Surface Water Treatment Rule, the Long Term 2 Enhanced Surface Water Treatment Rule, or the Stage 2 Microbial Disinfectants and Disinfection By-Product Rule. Also, the allocation of surface water from the lake has become an issue relating to the Comprehensive Everglades Restoration Plan. In order to assist these communities in providing fully regulatory compliant potable water to sustain residential, tourism, commercial, and industrial development, the PBCWUD agreed to construct a new 10-mgd treatment facility to provide potable water on a wholesale basis to the Lake Region communities. To eliminate the surface water supply and associated need for a surface water plant, the PBCWUD elected to use brackish water from the Upper Floridan aquifer (UFA) as a supply source to a facility using low pressure reverse osmosis (LPRO) as the primary treatment process. This Lake Region Water Treatment Plant (LRWTP) LPRO facility is the first in-land membrane facility in Florida and taps an essentially unused supply source. The project included a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate (brine) disposal. CDM was contracted by the PBCWUD to provide a conceptual analysis, a preliminary engineering report, a preliminary design report, final design services, and limited construction management services. For this project, CDM completed a Conceptual Analysis Report (October 2001), a Preliminary Engineering Report (PER) for the LRWTP (April 2003), a Preliminary Design Report (October 2004), and Final Design Drawings and Specifications (July 2005). Other associated work products have included the LRWTP – Financial Analysis Letter Report (September 2002); the City of Belle Glade Water Accountability, Billing and Collection Study (September 2003); Belle Glade Injection Well Conversion Feasibility Investigation (April 2004); and Preliminary Design Report Palm Beach County LRWTP Deep Injection Well System for Concentrate Disposal (August 2004). CDM also provided an extensive amount of public outreach to the communities by supporting the County in both public information meetings and focused meetings with the various City leaders in the Lake Region communities. The facility went to bid in August 2005 and had a groundbreaking ceremony in September 2005. As of September 2008, the facility was approximately 99 percent complete with punch-list work remaining. The facility began producing and delivering potable water in April 2008. In general, CDM designed a new 10-mgd finished water capacity LPRO facility, as well as associated raw water, finished water, and concentrate water transmission mains and UFA wells. Design services related to the various components of the concentrate disposal system (transmission main and other appurtenances) were also included in the design scope of services. For the PBCWUD-requested 10-mgd finished water capacity, the following flows or capacities were established, based upon water quality and quantity parameters: (1) a membrane permeate treatment capacity of 9.5-mgd, (2) a pretreated raw water blending flow of 0.5-mgd, (3) a firm raw water production capacity of 12.375-mgd, and (4) a concentrate flow rate of 2.375-mgd. The LPRO process resulted in a membrane permeate water with low hardness, low alkalinity, and moderate chloride concentrations. To provide a more stable finished water and reduce post-treatment chemical needs, a certain amount of pretreated raw water will be combined with the permeate water to form the finished water. The desired blend ratio was established using taste and odor panel testing as well as estimated blended water quality analysis. The new LRWTP is located on land acquired by PBCWUD near Belle Glade. Four LPRO membrane skids are used for the 9.5-mgd permeate capacity, each with a permeate production capacity of 2.375-mgd. Pretreatment processes for the membrane feed water include pH adjustment for calcium carbonate scaling control, possible scale inhibitor addition for mineral scaling control, and 5-micron cartridge filtration. Pretreatment processes for the raw water to be used for blending include pH adjustment and cartridge filtration. Post-treatment processes include degasification for carbon dioxide and hydrogen sulfide reduction, chlorine addition for primary disinfection, ammonia addition for monochloramine formation for the distribution system disinfectant, carbon dioxide addition to increase carbonate alkalinity upon pH adjustment, pH adjustment with caustic soda, corrosion inhibitor addition, and, in the future, lime addition for calcium hardness addition. The finished water is transferred from the degasifier clearwell to an on-site 3.0 million gallon (MG) ground storage tank (GST). A high service pump (HSP) station provides pressure for transmission to the various utilities. A 30-inch diameter finished water main leaves the plant. A 16-inch diameter main branches from the 30-inch diameter main and delivers up to 1.5-mgd of finished water flow to Pahokee. The 30-inch diameter main continues towards Belle Glade and South Bay with a 24-inch diameter main branching off to Belle Glade and a 16-inch diameter main branching off to South Bay. The 16-inch diameter transmission main carries up to 1.5-mgd of finished water to South Bay. Up to 7.0-mgd of finished water from the LRWTP is to be delivered to Belle Glade via a 24-inch diameter transmission main.

Page 27: Soq For Rfq 09 08 Cdm

July 2009 FORM D-5

SIMILAR PROJECTS/EXPERIENCE OF THE

PROPOSED PROJECT ENGINEER/ARCHITECT 3. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E. Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR WATER TREATMENT PLANT NO. 9 Owner: Palm Beach County, FL Reference Name, Address, Phone Number, Fax Number:

Palm Beach County Utilities Department 8100 Forest Hill Boulevard, West Palm Beach, FL 33413 Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Design and construction management services

of a new 27 mgd finished water capacity membrane softening reverse osmosis filtration facility, associated pre-treatment, post treatment, storage, and high service pumping systems.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $2,180,000 Construction engineering services fee: $891,121 Change orders: yes Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 1997 Design completion date: 06/1998 Original estimated construction completion date: 07/2002 Any change orders to schedule: yes Actual project completion date: 11/2002; demolition completed in 2004 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Poole & Kent Summary of Work: Dr. Thompson completed a treatment process alternatives analysis for WTP No. 9 that involved the conceptual design and cost estimate for a 20-mgd treatment facility utilizing both low pressure reverse osmosis (RO) and nanofiltration. The alternatives analysis also involved lime softening with ozone and granular activated carbon (GAC) treatment and ion exchange for organic carbon reduction. The anticipated use of Upper Floridan aquifer water as a raw water source for this facility represents a new water supply approach in the Palm Beach County area.

Page 28: Soq For Rfq 09 08 Cdm

July 2009 FORM D-6

Over the course of five years, CDM successfully provided engineering services related to alternatives analysis, pilot plant testing, preliminary, and final design, bidding services, and services during construction for Water Treatment Plant No. 9 (WTP No. 9). The project involved the construction of a new 27 mgd finished water capacity nanofiltration (membrane softening) facility associated pre-treatment, post treatment, storage, and high service pumping systems. The design and construction of the new facilities was complicated by the fact that the existing WTP No. 9 lime softening facility was required to remain in constant operation during the new construction. Given that the new facilities were immediately adjacent to golf course fairways and homes, extraordinary care also had to be given to noise abatement and landscaping as well as providing advanced security protection measures. • The 27-mgd finished water capacity WTP No. 9 is one of the largest operating NF plants in the United States • The design utilized extensive well investigations, side-by-side membrane element pilot tests, and taste and odor panel evaluation to

establish rigorous pretreatment processes • Extraordinary noise abatement, landscaping and advanced security features • The project was completed with a non-owner requested change order rate of less than 1.0 percent, substantially below Palm Beach

County Water Utilities Department’s benchmark value of 3.0 percent. Key Features • One of the largest operating nanofiltration facilities in the United States • Unique location totally within golf course, neighborhood-friendly architecture • The preliminary and final design, and bidding service milestones were achieved on-time and within budget • Fully automated and highly secured facility. Originally constructed in 1971, WTP No. 9 was operating near its 14-mgd permitted capacity. CDM’s initial ser-vices involved the performance of a treatment process alternative analysis study. This study evaluated nanofiltration (membrane softening), low pressure reverse osmosis, anionic exchange, and lime softening with ozonation for a 20 mgd facility on a cost and performance basis. The study demonstrated that the nanofiltration process would be the optional treatment technology due to the ability of the process to simultaneously soften the water, reduce color and disinfection by-products to very low levels, and remove microbiology contaminants. Subsequent evaluation including taste and odor panel testing demonstrated that up to 4-mgd of pretreated local surficial aquifer water could be blended with 23-mgd of nanofiltration permeate to produce 27-mgd of high quality finished water. Extensive pilot plant testing was conducted to evaluate competing membrane softening elements, on a side-by-side basis. This testing proved highly valuable for the membrane procurement effort for which CDM prepared technical specifications and warranty documents. The pilot testing revealed a previously unknown sand and well debris problem with the well water. The testing also revealed a potential fouling problem with the use of certain antiscalants with the high organic carbon raw water source. CDM was retained to provide preliminary and final design, bidding, and services during construction for a new 27-mgd finished water capacity nanofiltration membrane treatment facility. The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation; acid addition, and cartridge filtration; membrane treatment including feedwater pumping; nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification; off-gas odor control; blended water clearwell storage; disinfection; chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration; chemical storage and feed facilities; new membrane process building and post-treatment process building; concentrate disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water storage and pumping improvements including two 5 million-gallon ground storage tanks and new high service pumping; landscaping and irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls with automated facility control and operation features; demolition of existing lime softening facilities; and related appurtenances required to provide a complete and fully functional plant. Beginning in 1999, CDM provided general construction services that included periodic site visits, shop drawing reviews, reviewing vendor supplied operation and maintenance manuals responding to Request for Interests and attending monthly progress meetings. CDM subsequently assisted with plant startup. The facility started up in Fall 2001 with the final demolition work completed in 2004.

Page 29: Soq For Rfq 09 08 Cdm

July 2009 FORM D-7

SIMILAR PROJECTS/EXPERIENCE OF THE

PROPOSED PROJECT ENGINEER/ARCHITECT 4. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E. Project Name: MEMBRANE CONVERSION OF HOOD ROAD WATER TREATMENT FACILITY Owner: Seacoast Utility Authority Reference Name, Address, Phone Number, Fax Number:

Seacoast Utility Authority 4200 Hood Road, Palm Beach Gardens, FL 33410 Rim Bishop, Executive Director Tel: 561.627.2900 ext. 314; Fax: 561.624-2839

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM was authorized on November 1, 2006, to

conduct membrane pilot plant testing for characterization of the raw water to prepare a Preliminary Design Report (PDR) for the significant modifications to the existing Hood Road WTP and complete the final design. During the course of this preliminary design effort, the Authority project team requested that the plant design include the ability to be expanded in the future with an additional 1.75 mgd of LPRO permeate production.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) Design fee: $3,817,255 Construction fee separately: not negotiated yet Change orders: Construction not started Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: November 2006 Original estimated completion date: N/A Any change orders to schedule: N/A Actual project completion date: N/A Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: Contractor not yet selected

Page 30: Soq For Rfq 09 08 Cdm

July 2009 FORM D-8

Summary of Work: Dr. Thompson served as the project director for the design of new membrane facilities to replace the current lime softening plant. The new facility will include 26.0 mgd of NF capacity, 3.5-mgd of LPRO capacity, and 1.0 mgd of pretreated raw water blend water. Dr. Thompson also is overseeing pilot plant operations at each of the Authority’s five wellfields. The Seacoast Utility Authority (Authority) owns and operates two WTPs, the Hood Road WTP and the Richard Road WTP. Current finished water treatment capacities of the Hood Road and Richard Road WTPs are 23.0 mgd and 7.5 mgd, respectively. The Hood Road WTP is a traditional lime softening treatment facility with multi-media filtration. This plant was originally constructed in 1975 as a 10-mgd facility and was expanded in 1985 to its current capacity of 23.0 mgd. The Richard Road WTP is also a traditional lime softening treatment facility with multi-media filtration. The Authority is going to replace its existing 23.0-mgd Hood Road WTP and 7.5 mgd Richard Road WTP lime softening water treatment facilities with a single, 30.5-mgd finished water treatment capacity, membrane treatment facility located at the Hood Road site. The proposed finished water treatment capacity would be comprised of 26.0 mgd of nanofiltration (NF) membrane treatment capacity, 3.5 mgd of low pressure reverse osmosis (LPRO) membrane treatment capacity, and 1.0 mgd of pretreated local surficial aquifer (LSA) blend water. CDM was authorized on November 1, 2006, to conduct membrane pilot plant testing for characterization of the raw water to prepare a Preliminary Design Report (PDR) for the significant modifications to the existing Hood Road WTP and complete the final design. During the course of this preliminary design effort, the Authority project team requested that the plant design include the ability to be expanded in the future with an additional 1.75 mgd of LPRO permeate production. Additionally, the Authority project team requested that the equipment layout, membrane feed water piping and pump cans, and the electrical space requirements be allocated for a future conversion to a complete LPRO process at the facility (i.e., the 26.0 mgd of NF permeate production will be converted to 26.0 mgd of LPRO permeate production). In general, the conversion to a membrane treatment technology is intended to provide much improved finished water quality, particularly in the areas of color, dissolved organic carbon/total organic carbon (DOC/TOC) content, and disinfection byproduct (DBP) precursor levels. The scope of work generally includes the design of NF and LPRO membrane facilities and subsequent abandonment of the Authority’s existing lime softening water treatment process in order to improve and provide a more reliable finished water quality. The work associated with the new UFA production wells, new off-site raw water transmission, off-site finished water transmission, and concentrate water disposal (deep injection well) is not included in this Contract and will be conducted by others. A separate authorization has been approved for CDM to evaluate and design improvements to the Raw Water Repump or Booster pump stations for the four existing surficial wellfields (the Hood Road, the Lilac Road, the Richard Road and the Burma Road Wellfield Systems). The primary intent of this effort is to prepare a bid set of final design drawings and specifications based on previous design experiences, pilot plant testing and raw water characterization. This effort included; establishing the site layout and building plans; establishing appropriate design criteria; developing the over schedule and capital construction cost estimate; and providing sufficient data for site approval and certain permitting activities. Specifically, the items addressed in the design and for which contract drawings and specifications are being provided include, but are not limited to: • Raw Water Booster Pump Supply System • Pretreatment System • Membrane Treatment System • Membrane Process and Administration Building • Degasification (Post-Treatment) Complex • Sulfuric Acid System • Scale Inhibitor System • Sodium Hydroxide (Caustic Soda) System

• Sodium Hypochlorite System • Ammonia System • Carbon Dioxide System • Emulsified Lime System • Concentrate Booster Pump Station • High Service Pump Station Improvements • Electrical System Upgrades • Instrumentation and Control System.

Page 31: Soq For Rfq 09 08 Cdm

July 2009 FORM D-9

SIMILAR PROJECTS/EXPERIENCE OF THE PROPOSED PROJECT ENGINEER/ARCHITECT

5. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E. Project Name: DESIGN-BUILD OF AN 8-MGD CR 214 MEMBRANE WATER TREATMENT PLANT Owner: St. Johns County, FL Reference Name, Address, Phone Number, Fax Number:

St. Johns County Utility Department 1205 State Road 16, St. Augustine, FL 32084 Neal Shinkre, P.E., MBA – Utility Engineering Manager Tel: 904.209.2709; Fax: 904.209.2710

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: DESIGN-BUILD – CDM conducted modeling to determine safe yields and aquifer response to increased

pumping from the Upper Floridan Aquifer; conducted extensive water quality analyses and pilot testing to demonstrate treatability of the brackish groundwater; and worked collaboratively with the regulatory agencies to gain acceptance of the aquifer management plan, the allocations to meet projected potable water demands, and the design criteria for a new LPRO WTP. CDM was responsible for the D-B of the LPRO facility, four new Floridan aquifer wells, and raw water transmission mains. The 8-mgd facility is the largest LPRO water treatment plant in North Florida. It was completed on time and under budget.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $13,991,000 Final GMP: $13,363,000 Balances and any Change Orders: Taken from Owner Contingency Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 11/2006 Original estimated completion date: 3/2007 Any change orders to schedule: +90 days – equipment availability Actual project completion date: 6/2007 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM

Page 32: Soq For Rfq 09 08 Cdm

July 2009 FORM D-10

Summary of Work: Dr. Thompson provided process review and design services for the 8.0 mgd RO WTP improvements. This plant, utilizing low pressure RO membranes, replaced the existing 7.5 mgd lime softening WTP allowing the Utility Department to reduce its reliance on surficial aquifer wells and complying with the terms of a new 20-year CUP issued by the St. Johns River Water Management District. This plant was constructed by a CDM-led team utilizing D-B delivery. Dr. Thompson provided process design evaluation, preliminary design, and design assistance. The facility, one of the first LPRO membrane facilities in northeast Florida, utilizes the Upper Floridan aquifer which is expected to degrade with respect to chloride and sulfate with extended pumping. The facility will utilize surface water discharge of the concentrate co-currently with wastewater effluent. The St. Johns County Utility Department (SJCUD) historically relied on the local surficial aquifer and the lime softening process at the Mainland County Road 214 Water Treatment Plant (Mainland CR 214 WTP) to supply potable water to the large majority of its service area. Due to adverse wetlands impacts, limitations on the surficial aquifer supply, and commitments made to the St. Johns River Water Management District (SJRWMD) during the consumptive use permitting (CUP) application and review process, the SJCUD implemented an alternative water supply strategy utilizing the more brackish Upper Floridan aquifer as the primary raw water source. As a result of the elevated chloride and sulfate concentrations found in this area, the SJCUD decided to abandon the existing lime softening process and use the LPRO membrane treatment technology at the Mainland CR 214 WTP to meet the treatment requirements for the future water supply for a growing county. CDM provided D/B services for the LPRO membrane treatment WTP to meet the treatment requirements for the future water supply for a growing county. The original basis for this decision was of the economic evaluation of alternative water supply/treatment alternatives. Following the determination that LPRO was the most cost effective long-term solution, SJCUD authorized CDM to conduct extensive pilot testing of LPRO membranes for the purposes of establishing performance characteristics, identifying potential water quality concerns, and establishing design criteria for a new WTP. As a result of the successful pilot testing, SJCUD then proceeded with the procurement of design-build services to implement the facility. In a competitive selection, CDM was awarded the contract to design-build the new LPRO WTP. CDM initiated the design work effort with a preliminary design report that was suitable for Florida Department of Environmental Protection (FDEP) permitting of the facility. Once the preliminary design was complete, CDM began the final design of the facility. Once the design was sufficiently complete, CDM started negotiations of the guaranteed maximum price (GMP) for the project construction. As the engineering-procurement-construction management (EPCM) contractor, CDM was responsible for assisting with the procurement of membranes and equipment for the owner. CDM made use of a cooperative procurement approach that allowed SJCUD to issue the purchase orders for the major equipment items and save significantly through the sales tax exemption. In addition, CDM was responsible for the procurement of subcontract services and provided construction management for the project. Construction of facilities improvements was initiated in December 2005 and the project was completed in 2007. The new LPRO WTP has a finished water production capacity of 8 mgd (4-mgd LPRO permeate and 4-mgd raw water blend). The new facilities include a membrane process building and pretreatment system including acid addition, antiscalant addition, and cartridge filtration. The LPRO membrane system includes feed pumps, membrane skids, control system, and cleaning system. Post treatment systems included degasification, disinfection, water stabilization (pH adjustment), transfer pumping, and concentrate storage and pumping. “This water treatment plant is a major step in our long-term strategy to assure a viable, environmentally sound plan for water provision for the next 20 to 30 years. Through collaboration with the Water Management District, we have made every effort to act responsibly, as environmental stewards for our County.” ~Bill Young, Director of St. Johns County Utility Department

Page 33: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-1

FORM DD

SIMILAR PROJECT EXPERIENCE OF THE PROPOSED PROJECT CONSTRUCTION MANAGER

1. Name of Construction Manager: DENNIS A. MUCHA

Project Name: DESIGN-BUILD OF CR 214 DEEP WELLS AND RAW WATER LINES, ST. JOHNS COUNTY RO WATER TREATMENT PLANT AND START UP

Owner: St. Johns County, FL Reference Name, Address, Phone Number, Fax Number:

St. Johns County Utility Department 1205 State Road 16, St. Augustine, FL 32084 Neal Shinkre, P.E., MBA – Utility Engineering Manager Tel: 904.209.2709; Fax: 904.209.2710

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: As part of the CR 214 WTP D-B project, CDM has designed 13,500 linear feet 36 inch diameter raw water

main. CDM also designed a 4,100 linear feet of new 36 inch raw water main supply water to the expanded plant. CDM managed construction of the improvements utilizing local vendors and subcontractors to complete a significant percentage of the work.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $5,532,000 Final GMP: $4,394,000 Balances and any Change Orders: Savings were returned to the owner Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 07/2006 Original estimated completion date: 8/2007 Any change orders to schedule: +36 days – Owner directed Actual project completion date: 9/2007 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM

Page 34: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-2

Summary of Work: Mr. Mucha led CDM’s services during the construction phase of this project and was responsible for the delivery of the contractual scope and schedule and budget throughout the construction phase. He was also a key contributor to the planning, constructability review, safety, Maintenance of Plant Operation (MOPO) planning, start-up and commissioning of the new facilities. CDM supplied engineering, design, permitting, bidding and construction services for upgrading two water treatment plants owned and operated by St. Johns County, Florida, as part of a design-build contract with the county. As part of the CR214 Water Treatment Plant (WTP) project, CDM designed a 13,500 linear feet 36 inch diameter raw water main from the county’s wellfield site to the water plant site. The pipe line serves to supply raw water from the four new upper floridan wells to the new membrane water treatment plant. The existing CR214 lime-softening plant was replaced with a new membrane WTP. The county’s new membrane WTP operates with a rated capacity of 8 mgd and is located at on County Road 214 just off of Interstate 95 in central St. Johns County. As part of the water plant improvements for the Northwest WTP, CDM designed a 4,100 linear feet of new 36 inch raw water main supply water to the expanded plant. This pipe conveys water from three existing upper Floridan raw water wells and future wells to the water plant. The existing Northwest WTP was expanded using aeration and chlorination. The new expanded plant is capable of treating a flow of 9 mgd. The plant is located on International Golf Parkway off of Interstate 95 in the north part of St. Johns County. CDM initiated construction of the planned improvements utilizing local vendors and subcontractors to complete a significant percentage of the work.

Page 35: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-3

2. Name of Construction Manager: DENNIS A. MUCHA Project Name: DESIGN-BUILD OF AN 8-MGD CR 214 MEMBRANE WATER TREATMENT PLANT Owner: St. Johns County, FL Reference Name, Address, Phone Number, Fax Number:

St. Johns County Utility Department 1205 State Road 16, St. Augustine, FL 32084 Neal Shinkre, P.E., MBA – Utility Engineering Manager Tel: 904.209.2709; Fax: 904.209.2710

Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: CDM conducted modeling to determine safe yields and aquifer response to increased pumping from the

Upper Floridan Aquifer; conducted extensive water quality analyses and pilot testing to demonstrate treatability of the brackish groundwater; and worked collaboratively with the regulatory agencies to gain acceptance of the aquifer management plan, the allocations to meet projected potable water demands, and the design criteria for a new LPRO WTP. CDM was responsible for the D-B of the LPRO facility, four new Floridan aquifer wells, and raw water transmission mains. The 8-mgd facility is the largest LPRO water treatment plant in North Florida. It was completed on time and under budget.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $13,991,000 Final GMP: $13,363,000 Balances and any Change Orders: Savings returned to the owner Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 11/2006 Original estimated completion date: 3/2007 Any change orders to schedule: +90 days – equipment availability Actual project completion date: 6/2007 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM

Page 36: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-4

Summary of Work: Mr. Mucha worked together with the design engineers, was responsible for scheduling, manpower and equipment allocations, subcontracts and subcontractor coordination, procurement, construction layout, permitting, payment applications, claims resolution, and project close-out. The St. Johns County Utility Department (SJCUD) historically relied on the local surficial aquifer and the lime softening process at the Mainland County Road 214 Water Treatment Plant (Mainland CR 214 WTP) to supply potable water to the large majority of its service area. Due to adverse wetlands impacts, limitations on the surficial aquifer supply, and commitments made to the St. Johns River Water Management District (SJRWMD) during the consumptive use permitting (CUP) application and review process, the SJCUD implemented an alternative water supply strategy utilizing the more brackish Upper Floridan aquifer as the primary raw water source. As a result of the elevated chloride and sulfate concentrations found in this area, the SJCUD decided to abandon the existing lime softening process and use the LPRO membrane treatment technology at the Mainland CR 214 WTP to meet the treatment requirements for the future water supply for a growing county. CDM provided D/B services for the LPRO membrane treatment WTP to meet the treatment requirements for the future water supply for a growing county. The original basis for this decision was of the economic evaluation of alternative water supply/treatment alternatives. Following the determination that LPRO was the most cost effective long-term solution, SJCUD authorized CDM to conduct extensive pilot testing of LPRO membranes for the purposes of establishing performance characteristics, identifying potential water quality concerns, and establishing design criteria for a new WTP. As a result of the successful pilot testing, SJCUD then proceeded with the procurement of design-build services to implement the facility. In a competitive selection, CDM was awarded the contract to design-build the new LPRO WTP. CDM initiated the design work effort with a preliminary design report that was suitable for Florida Department of Environmental Protection (FDEP) permitting of the facility. Once the preliminary design was complete, CDM began the final design of the facility. Once the design was sufficiently complete, CDM started negotiations of the guaranteed maximum price (GMP) for the project construction. As the engineering-procurement-construction management (EPCM) contractor, CDM was responsible for assisting with the procurement of membranes and equipment for the owner. CDM made use of a cooperative procurement approach that allowed SJCUD to issue the purchase orders for the major equipment items and save significantly through the sales tax exemption. In addition, CDM was responsible for the procurement of subcontract services and provided construction management for the project. Construction of facilities improvements was initiated in December 2005 and the project was completed in 2007. The new LPRO WTP has a finished water production capacity of 8 mgd (4-mgd LPRO permeate and 4-mgd raw water blend). The new facilities include a membrane process building and pretreatment system including acid addition, antiscalant addition, and cartridge filtration. The LPRO membrane system includes feed pumps, membrane skids, control system, and cleaning system. Post treatment systems included degasification, disinfection, water stabilization (pH adjustment), transfer pumping, and concentrate storage and pumping. “This water treatment plant is a major step in our long-term strategy to assure a viable, environmentally sound plan for water provision for the next 20 to 30 years. Through collaboration with the Water Management District, we have made every effort to act responsibly, as environmental stewards for our County.” ~Bill Young, Director of St. Johns County Utility Department

Page 37: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-5

3. Name of Construction Manager: DENNIS A. MUCHA

Project Name: DESIGN-BUILD EMERGENCY REPAIR AND REHABILITATION OF A STORMWATER CONVEYANCE SYSTEM (TWIN 72” PIPE REHABILITATION)

Owner: Clay County, FL Reference Name, Address, Phone Number, Fax Number:

Daniel Littles, Jr., BS/BM, Deputy Director Clay County, PO Box 1365, Green Cove Springs, FL 32043 Tel: 904.269.6301; Fax: 284.269.6360

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: CDM was awarded a firm-fixed price contract for the design-build contract. This contract included

completion of the original design services, permitting, site work, 550 linear feet (lf) of channel realignment and revetment, and 660 lf of 72 inch CIPP. The CIPP work also included construction of a large junction box to allow for diversion of the CIPP. Value engineering performed during the course of design and construction assured both efficiency and the delivery of the best value for all stakeholders. During these reviews, the collaboration of the design and construction teams resulted in reconfiguring of the pipe culvert entrance to allow the culvert channel to be shifted away from an existing building, eliminating the need for steel shoring. Accordingly, a voluntary deduction of $62,813 was provided to the County at the end of the project.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $2,380,000 Final GMP: $2,317,000 Balances and any Change Orders: Deductive change order of $63,000 Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 11/2007 Original estimated completion date: 5/2008 Any change orders to schedule: 0 Actual project completion date: 5/2008 Design Firm (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM

Page 38: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-6

Summary of Work: Mr. Mucha oversaw the construction of the culvert rehabilitation project for Clay County Florida. This design/build project consisted of 660 lf of 72-inch cast in place pipe, junction box, mitered end section, 550 lf of realigned storm channel utilizing gabions and associated site work including restoration of property. Mr. Mucha’s cooperation with local businesses attributed to the on time delivery of this sensitive and limited access project. In late 2007, an unusually intense rainfall event caused a large, deep sinkhole to develop immediately adjacent to occupied retail buildings. High flows had caused a catastrophic failure of twin 72-inch stormwater corrugated metal pipes. Nearby, a concrete-lined open channel had failed and threatened adjacent light industrial buildings. A multidisciplinary team of engineers and construction personnel from CDM were deployed to assist Clay County, Florida, with an emergency response to stabilize the stormwater system and the at-risk buildings, working around the clock under an emergency purchase order. At the completion of the emergency response, the County contracted with CDM for full repairs under a design-build contract. The County was aware of the deteriorated condition of the system before the failures, and a rehabilitation design was in progress by CDM. The County had intended to complete the project under a design-bid-build approach. However, the failures subsequent to the rainfall event made it imperative to complete the project in advance of the upcoming hurricane season when heavy rains could pose additional risks. The County authorized emergency funding to begin the project immediately following completion of the emergency response. It was Clay County’s first design-build project and County officials, previously ambivalent toward the design-build approach, acknowledged that this was the ideal contract vehicle for this unique circumstance. The project goals were to stabilize the commercial buildings from threat of structural failure, protect the public, and complete the project prior to the upcoming hurricane season. The project included cured-in-place pipe (CIPP) rehabilitation of the failed underground pipes and gabion basket revetment of the failed open channel. Changed conditions required adaptation of the original design, including realignment of the open channel and alteration of the CIPP design. The project was completed in advance of the hurricane season, on time, and below budget without further incident. Contracting Approach This unique project was composed of three distinct contracting approaches that resulted in a final design-build delivery. CDM was initially contracted to design the failing open channel and twin 72 inch culvert pipe system under the first approach of design-bid-build. This approach was already underway when the catastrophic failure of the twin 72 inch culvert pipes occurred in close proximity to a commercial structure occupied by Carpet N’ Drapes. Within the existing continuing service contract, Clay County immediately mobilized CDM to stabilize the structure and re establish flow through the culvert pipes. Local site and specialized contractors were managed and coordinated by CDM construction personnel, although they were directly contracted by the County with utilization of emergency contracts. Within days extensive stabilization and temporary culvert pipe work had secured the existing buildings and re established flow through the culvert pipe. The final contracting approach engaged CDM in an emergency design-build contract. This contract included completion of the remaining design portions from the original design-only contract, and incorporated the changed conditions that resulted from the collapse of the culvert pipes. Immediately upon the collapse and throughout the design-build contract, Clay County empowered CDM with single-point responsibility to achieve project goals.

Page 39: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-7

4. Name of Construction Manager: DENNIS A. MUCHA Project Name: STORMWATER IMPROVEMENTS/DOWNTOWN REGIONAL FACILITY DESIGN, BASIN I Owner: Boynton Beach, FL Reference Name, Address, Phone Number, Fax Number:

City of Boynton Beach 124 E. Woolbright Rd, Boynton Beach, FL 33435 Peter Mazzella, Deputy Director of Utilities Tel: 561.742.6400; Fax: 561.742.6090

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: Design/CMAR contract for the Installation of a stormwater system and modifications to the

existing stormwater sewer inlets and stormwater pipes for a downtown regional facility, including the construction of a stormwater holding pond, pipe network, boardwalk and gazebo.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $ 4.950,000 Final GMP: $ 5,173,229 Balances and any Change Orders: $223,229 for hauling and disposal of miscellaneous debris Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 03/2000 Original estimated completion date: 02/2001 Any change orders to schedule: None Actual project completion date: 02/2001 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM Summary of Work: Mr. Mucha served as construction manager for the City of Boynton Beach’s $7 million storm sewer project, including outfall line to intracoastal and retention pond. CDM provided design, permitting, and bidding services for a downtown regional wet detention facility to provide retrofit treatment and attenuation of excess runoff from the City prior to discharge to the Intracoastal Waterway. The retrofit detention pond serves about 40 acres of tributary area in Basin 1 of the downtown watershed (east of U.S. 1). The project was completed on a fast-track schedule to coincide with ongoing downtown redevelopment efforts while proactively addressing water quality issues.

Page 40: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-8

CDM assisted the City of Boynton Beach with the development of a stormwater master plan, preparation of an EPA National Pollutant Discharge Elimination System (NPDES) Municipal Separate Storm Sewer System (MS4) permit application, design and construction of stormwater of facilities, and funding assistance. With CDM’s help, the City was able to meet a Florida Department of Transportation (FDOT) deadline of October 20, 2000 for completing Phase 1 of the stormwater improvements. CDM provided design, permitting, and bidding services for a downtown regional wet detention facility to provide retrofit treatment and attenuation of excess runoff from the City prior to discharge to the Intracoastal Waterway. The retrofit detention pond serves about 40 acres of tributary area in Basin 1 of the downtown watershed (east of U.S. 1). The project was completed on a fast-track schedule to coincide with ongoing downtown redevelopment efforts while proactively addressing water quality issues. The design services provided by CDM included the preparation of contract documents, construction plans, specifications, a construction cost estimate, and an annual operation and maintenance (O&M) cost estimate. CDM’s permitting services included the engineering required to obtain the necessary permits to construct the project including an Environmental Resource Permit (ERP). After CDM completed the design, the City put the project out to bid. Only one bid was received for $5.9 million, significantly higher than CDM’s initial $4.1 million cost estimate. The City requested revisions and a second estimate from CDM, and put the project out to bid again. Again, only one bid was received for $5.9 million, significantly higher than CDM’s cost estimate. Under an emergency declaration, the City negotiated a construction management-at-risk (CM-at-risk) contract with CDM for a guaranteed maximum price (GMP) of $4.9 million. CDM then managed the construction of the facilities. This included the excavation of a 15,000-square-foot stormwater detention pond, construction of a large gazebo in the center of the pond, construction of boardwalks and sidewalks around the pond, and landscaping. The team also installed several thousand feet of related stormwater pipelines, primarily 48-, 60-, and 72-inch concrete pipe. A 4-foot by 9-foot concrete box culvert carries stormwater from the city’s system to the pond. During the installation of the culvert, CDM worked 24 hours/day for seven days. The installation had to be handled with extreme care because of several live utility lines in the area. The culvert was installed beneath a 21-inch force main, 78-inch reinforced concrete pipe storm drain, and a 20-inch sewer pipeline – all live throughout the construction operation. Excavation of the pond often presented unexpected conditions. The construction site was in a historic section of Boynton Beach that was built before present-day “as-builts” became standard. As a result, the excavation team came upon several utility lines in unexpected places (some live, some abandoned). CDM’s attentive management throughout the project kept the project on track, despite the construction challenges. The project was completed below the county’s GMP and ahead of schedule.

Page 41: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-9

5. Name of Construction Manager: DENNIS A. MUCHA Project Name: NORTHWEST MASTER LIFT STATION UPGRADES Owner: St. Johns County Utility Department , St. Johns County, FL Reference Name, Address, Phone Number, Fax Number:

Larry Miller, Engineer III, St. Johns County Utility Department 1205 State Road 16, St. Augustine, FL 32084 Tel: 904.209.2624; Fax: 904.209.2601

Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal knowledge of the Proposer’s performance during the referenced project. Contact persons must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to oversee the design or construction oversight services of the specific project performed by the prime consultant for the County. Project Type: Construction and Construction Services for the Northwest Master Lift Station - St. Johns County

Utility Department requested CDM construct a lift station as part of the Design-Build agreement in accordance with the contract documents for St. Johns County Utility Department.

Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build project, list design fee and construction fee separately, and any change orders) List Initial GMP: $ 1,708,000 Final GMP: $ 1,645,000 Balances and any Change Orders: Taken from owner contingency Design-Build Schedule: (list project start date, original estimated completion date, any change orders to schedule, and the actual project completion date. Date format to be as follows month and year) (if not a design-build project, list design and construction completion dates separately, list start date, original estimated completion date, any change orders to schedule, actual completion date for either activity. Date format to be as follows month and year) Project start date: 03/2008 Original estimated completion date: 02/2009 Any change orders to schedule: 0 Actual project completion date: 02/2009 Design Firm: (if not a design-build project, list design and construction firms separately) Design Firm: Tetra Tech Engineering Services during Construction: CDM Construction Firm: (if not a design-build project, list design construction firms separately) Construction Firm: CDM

Page 42: Soq For Rfq 09 08 Cdm

July 2009 FORM DD-10

Summary of Work: Mr. Mucha oversaw the removal of the Northwest Master Lift Station pump house and pumps and relocated to the new Master lift station location in the close proximity to existing plant. Mr. Mucha oversaw the installation of various size ductile iron pipe from 4-inch to 30-inch and various stringent tie-ins. To maintain plant operations they set up two temporary bi-pass pumps to pump around existing plant while the existing pumps were being removed and reset in new locations. Mr. Mucha also oversaw the concrete form work and placement of re-steel as well as the concrete placement of the new above ground storage tank slab on grade. He also oversaw the installation of the 1.0 mgd glass lined fusion storage tank and roof assembly. Mr. Mucha interacted with sub contractors safety meetings and weekly safety audits. There were no safety injuries reported and no loss time accidents. St. Johns County Utility Department requested CDM construct the lift station as part of the Design-Build agreement in accordance with the contract documents prepared by Tetra Tech for St. Johns County Utility Department The master lift station was constructed on the same site as the existing Northwest Water Treatment Plant, located between State Road 16 and Interstate 95 on International Golf Parkway (IGP), and replaced the existing lift station. The upgraded sewer master lift station is comprised of a 0.5 million gallon bolted steel storage tank to store raw sewage from the service area, primary and secondary concrete wet wells, relocation of the existing lift station pumps including all controls, piping, valve and appurtenances and all electrical and instrumentation as specified in the contract documents. The project is part of St. Johns County Utility Department’s on-going efforts to develop and improve services to this area of St. Johns County, which has experienced significant growth in recent years. The service area includes two large Development of Regional Impact: the Silverleaf Plantation and the World Golf Village. The Northwest Master Lift Station will direct flow to the St. Johns County Utility Department proposed Northwest Wastewater Treatment Plant. Construction for the Northwest Wastewater Treatment Plant is set to begin in 2010. In order to maximize the use of existing equipment and minimize the construction cost at these two facilities, SJCUD additionally directed CDM to relocate the emergency back-up generators from three different facilities (NW MLS, NW WTP, and SR 16 WWTF). The 300 Kw generator from SJCUD’s State Road 16 Wastewater Treatment Plant (facility number FLA 0043109) was relocated to the Northwest Master Lift Station to provide emergency power at this site. This 300 kW generator, manufactured by Cummins, is a 300 kW Standby Diesel Generator. The 1,500-gallon fuel tank located at the State Road 16 Wastewater Treatment Plant remained at the SR 16 WWTF. The 1,000-gallon fuel tank previously located at the Northwest Water Treatment Plant was relocated to the Northwest Master Lift Station site to provide emergency diesel power. CDM reviewed the design criteria for the generator and fuel tank and confirmed that the 300 kW generator had adequate capacity and provided permitting assistance for this effort. CDM provided construction management for the project. CDM also provided engineering services during construction as part of the construction of the upgraded sewer Master lift station near the County’s Northwest Water Treatment Plant, including permitting assistance. The design of the upgraded Northwest Master lift station was performed by Tetra Tech (Design Professional) under a direct contract to the St. Johns County Utility Department. CDM advised the St. Johns County Utility Department on any RFI or questions relating to design that arose during construction.

Page 43: Soq For Rfq 09 08 Cdm

FORM E-1 THROUGH FORM E-3 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-1

Unlike other teams that may represent short-term arrangements between consultants and contractors that last for just a single project, CDM is a truly integrated D-B firm. Our engineers, technicians, and construction managers are all CDM employees. CDM’s unified D-B approach provides LCU the full value of an engineer-led D-B, including a completely integrated engineering-construction effort, full attention to project technical issues, and a true single-source point of contact and responsibility. It eliminates the potential for adversarial situations that can occur on projects when problems arise in contractor-engineer prime-sub relationships. This philosophy includes a single firm—CDM—and a single point of contact, Paul Pinault in our Fort Myers office—who will ensure rapid and accurate response to all County needs and requests. Experience of the Design-Builder – CDM offers LCU the experience gained from the design, permitting, and construction of hundreds of water treatment plants in Florida and throughout the U.S. This experience has resulted in the delivery of over $500 million of treatment plant capital construction over the last 15 years. CDM is a fully integrated design-build firm, authorized to do business in the State of Florida since 1974. CDM is an employee-owned corporation with over $1 billion in annual revenues and a multi-disciplinary staff of over 4,500 in more than 100 offices worldwide. The firm maintains the size, stability, and resources required to successfully undertake this important project. CDM provides the complete spectrum of water treatment consulting and construction services from pilot plant studies and specialized consultation to large complex projects requiring design, construction, operations/startup assistance, and operator training. The firm’s reputation for excellence in the field of engineering and construction of water resources projects has been earned in part by our knowledge and understanding of the regulatory environment. The company’s personnel maintain continuous contact with the EPA, the FDEP, and other regulatory agencies to keep abreast of current and anticipated rules for water utilities across the U.S. In Florida alone, CDM has delivered over $330 million in municipal, commercial, and industrial facility construction. The magnitude of this work equates to local “buying power.” Our team brings to the project local experience with full knowledge of local building permit experience, available craft sources, specialty subcontractors, materials and equipment resources, and expertise in architectural building construction, as well as heavy industrial experience. CDM has the ability to self perform many construction activities with our 200+ craft and labor pool. Since the formation of our construction group in 1992, CDM has successfully delivered over 1,000 projects on an alternative delivery basis without a single default, many of which have been recognized by respected professional organizations such as the Design-Build Institute of America, the American Academy of Environmental Engineers, and the American Council of Engineering Companies. CDM will provide overall project management, design, and construction services to LCU from our Fort Myers office located six miles from LCU’s offices. This office has been providing engineering services in Lee County and its municipalities for over 25 years. We also have over 400 employees within a three-hour drive of Lee County ready to assist as necessary. Our entire team that will support all aspects of this project, including design, construction, startup, and operations, is Florida-based and has an in-depth understanding of Florida laws and codes, including administration protocol and permitting experience that surpasses that of any other team. This integrated organizational structure provides LCU with unparalleled confidence and security in the team that we propose to implement this critical project. Our team includes highly-qualified specialists and locally-based subconsultants that will provide responsive service for permitting, design, and construction services. The project principal, engineers, and construction staff are all experienced personnel located minutes from the site, most of whom have worked closely with Lee County staff before and are familiar with the issues important to the County. This experience adds a keen advantage to the selection of our team. At both a company and an individual level, our key personnel are committed to being available at whatever level of effort is needed to get the job done. Expertise, experience, and anticipated availability were all considered in selecting team members. LCU can be assured that the key personnel named will be available as shown in this submittal. Reverse Osmosis (RO) Water Treatment Systems – CDM is the recognized leader in potable water membrane treatment applications throughout the entire U.S. and more specifically in Florida. Our demonstrated leadership in water membrane plants in Florida includes permitting, design, and construction services for over 245 mgd of installed membrane treatment capacity, the most of any other design-build firm. Our capability in designing and building such systems has allowed us to expand upon conventional techniques and to provide enhancements that make RO a fully sustainable technology that is cost effective and provides the consumer with a high-quality source of drinking water. Included in Table 1 is a listing for facilities where team members have previously performed similar projects for reverse osmosis water treatment systems within the past 10 years.

Page 44: Soq For Rfq 09 08 Cdm

FORM E-1 THROUGH FORM E-3 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-2

Table 1: CDM Representative Florida Membrane Design Experience (Florida Only, Within the Past Ten Years)

Project/Client/Location Size (mgd) M

embr

ane

Type

Wat

er S

ourc

e

Feas

ibili

ty S

tudy

Pilo

t Tes

ting

Prel

imin

ary

Des

ign

Wel

lfiel

d D

esig

n

Plan

t Des

ign

Con

cent

rate

Per

mitt

ing

Valu

e En

gine

erin

g

Con

stru

ctio

n Se

rvic

es

Con

stru

ctio

n

Star

tup/

O&

M S

ervi

ces

Faci

lity

Ope

ratio

n

MF = Microfiltration RO = Reverse OsmosisNF = Nanofiltration UF = Ultrafiltration HP = High Pressure LP = Low Pressure GW = Groundwater SW = Surface Water PW = Potable Water GWUI = Groundwater Under Influence of Surface Water

Glades Road WTP (Largest nanofiltration facility) Boca Raton, FL

40 NF GW District 1A WTP NF Preliminary Design Broward County, FL

25 NF GW New WTP, Clewiston, FL 3 LPRO GW NCRWTP Plant VE/Construction Services Collier County, FL

8 NF GW Membrane Process Addition West WTP Deerfield Beach, FL

13 NF GW Dunedin Membrane WTP, Dunedin, FL 12 NF GW Hobart Park WTP Indian River County, FL

7.5 NF GW South Miami Heights WTP, Miami-Dade County, FL

25 NF/UF GW Desalination WTP D-B, National Park Service Everglades National Park, FL

0.16 RO SW LPRO Process Addition to WTP, Ormond Beach, FL

4 LPRO GW Lake Region WTP Palm Beach County, FL

10 LPRO GW WTP No. 3 Membrane Facility Expansion, Palm Beach County, FL

30 NF/RO GW WTP No. 9 Membrane Facility Palm Beach County, FL

27 NF/RO GW Membrane Conversion Preliminary Design and Pilot Plant Testing, Seacoast Utility Authority, FL

30.5 NF/ LPRO

GW

New Membrane Process Addition to WTP, St. Augustine, FL

2 LPRO GW New Membrane Process Addition D/B Project, Mainland WTP (aka CR 214 WTP), St. Johns County, FL

6 LPRO GW Mid-Pinellas Brackish Water Desalination Plant DBO, Tampa Bay Water, Tampa, FL

5 LPRO GW Clearwater Wells WTP, Tampa Bay Water Tampa, FL

5 LPRO GW Included in Table 2 is a listing for facilities where CDM has previously performed similar design-build projects within the past five years.

Table 2: CDM Alternative Project Delivery/Design-Build Experience in the Last Five Years (alphabetically) Value Project Method

$22M Improvements to Squaw Peak WTP; Phoenix, AZ Construction$11M S. Mountain Booster Pump Station; Phoenix, AZ Construction$12M Ultrafiltration WTP Expansion; Livermore, CA D-B

$11.3M WWTP Expansion; Merced, CA Construction$27M New Tertiary WWTP; Marine Corps Base, CA DBO

$6.3M RE Badger WTP Upgrades; Rancho Santa Fe, CA D-B $8.5M Groundwater Treatment System; Redlands, CA D-B

$10.4M Pt. Loma WWTP Improvements; San Diego, CA Construction$6.2M Aquifer Storage/Recovery Wellheads; Victorville, CA Construction$12M Bellevue WTP Improvements; Greeley, CO Construction

$7M WWTP Improvements; Loveland, CO Construction$11M Water and WW Improvements; 4 National Parks D-B $10M Reclaimed Water Plant; Westminster, CO Construction

$7.2M Tolt WTP; Seattle, WA DBO$8M Semper WTP Clearwell Replacement; Westminster, CO D-B

Page 45: Soq For Rfq 09 08 Cdm

FORM E-1 THROUGH FORM E-3 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-3

Table 2: CDM Alternative Project Delivery/Design-Build Experience in the Last Five Years (alphabetically) Value Project Method

$7.3M Regional Surface WTP; Tampa Bay, FL DBO$5.2M Wastewater Pump Station SCADA; Orange County, FL D-B $38M Expansion of South WRF; Orange County, FL Design/CMAR

$21.6M Expansion of South WRF; Orange County, FL Design/CMAR$14.9M Upgrade of the Navy WTP; Orlando, FL D-B $48.0M Arbennie Pritchett Water Reclamation Facility; Okaloosa County, FL D-B

$12M Lantana Hills Golf Course; Solid Waste Authority, Palm Beach County, FL CMAR$14.4M WTP Improvements; Valdosta, GA Design/CMAR$52.7M Piney Point Phosphogypsum Stack Closure; Manatee County, FL Design/CMAR

$9.4M New WTP; St. Johns County, FL Design/CMAR$16.8M New Columbia WTP; United Water, ID D-B

$9.4M Gilbert and Mosely WTP; Wichita, KS D-B $32.7M New WTP; Lawrence, MA Design/CMAR

$8.9M New WWTP; Winchendon, MA Construction$24M WWTP Improvements; Kingsport, TN CMAR

$9.4M Lake George WTP Expansion; Georgetown, TX Design/CMAR

Permitting – Our proactive project approach to permitting includes pre-application meetings in which defining elements are brought to the forefront, and we foster continuous interaction with the regulators and interested public. We have a thorough understanding of the regulations, the people, and the procedures involved in obtaining permits in Florida. Our extensive experience in permitting local (FDEP – South Florida) water supply projects, large water treatment plants, and associated pipelines and equipment provides valuable insight into the necessary design elements and relations with the regulatory agencies. Further, CDM actively participates in regulatory task forces and rule making committees with both the FDEP and the EPA, which provides additional understanding of permit needs and requirements. In combination with our numerous planning, design, and construction projects, CDM provides and handles all forms of permitting, including federal, state, and applicable local agency permitting. We have successfully compiled and obtained hundreds of permits for our clients covering a broad range of permit types. Permit types include, but are not limited to, FDEP construction and operating permits for water facilities, Florida Health Department permits for water facilities, Water Management District CUPs, and the comprehensive jointly reviewed FDEP/WMD ERP. Additional Personnel – Our local, hand-picked project team is backed by CDM’s Orlando design-build center, which boasts over 240 staff offering a variety of specialties, including the 3D/4D design and construction management of water treatment facilities. All of these individuals have worked on similar projects providing design services, permitting, construction, and cost estimating services. Sub-Consultants – Although CDM has all the capabilities in-house to provide all the required services, we have included TKW Consulting Engineers, Inc.; Barraco and Associates, Inc. and RKS Consulting Engineers, Inc. on our project design team to ensure the most responsive service to LCU. Each of our team members has been introduced to CDM’s unique integrated design-build approach and will work as true part-ners on this important project. CDM believes that it is in the best interest of Lee County that we manage the construction portion of the project in such a way that it allows the most qualified local contractors real opportunities to participate in this project. This includes working closely with LCU staff in developing break out bid packages and in pre-qualifying key local vendors and contractors that best meet the needs of the county. Due the current highly competitive and uncertain market in utility construction, CDM has chosen not to identify specific major contrac-tors at this time so that we may make vendor procurement that is most advantageous to LCU at the time of selection. However because of the critical importance of integration of system controls, we have identified BCI as the system integrator based on the important role BCI has played and continues to play for Lee County and CDM’s long-working relationship with BCI on other projects. LCU can rest assured that CDM as the project guarantor has the resources, technical expertise, bonding capacity, and corporate financial backing to effectively integrate the design and construction and manage all construction subcontracts to a timely completion meeting LCU’s expectations. Branch Offices – CDM’s Fort Myers office will be the office in which the engineering and design work, and all of the client coordination with LCU, will be performed. Our staff of 25 people has been providing service to clients in the Lee County area since 1983. Remotely located specialists may be employed to complete specific tasks for the Fort Myers-based project team to ensure that LCU is receiving the best technical assistance that CDM has to offer our clients. Although the CDM Fort Myers office can provide all services required under this contract, the office will be supported by CDM’s 240-person Orlando, Florida design-build center where CDM has made extremely valuable investment in a fully integrated 3D/4D design build center. LCU will benefit from this impressive facility and the additional resources provided by over 200 engineering and construction management employees within less than a three-hour drive from Lee County facilities, providing easy access for LCU staff to these resources. Having a fully-staffed local office responsible for this project reduces the risk of project delays, design deviations, and missed expectations. Having both design and construction service capabilities under one roof provides LCU with a significant benefit for these important projects. Team Members – A thorough discussion of our team members is presented in Section Form E-6-E-7 and E8-E12 of this submittal.

Page 46: Soq For Rfq 09 08 Cdm

FORM E-4 THROUGH FORM E-5 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-4

Key Team Members – As the guarantor for the LCU project, CDM will have the single point of responsibility for all design, construction, startup, and operations, integrating our in-house design, construction, and operations personnel into a seamless team, while coordinating services of team members and subcontractors during project implementation. Project Management Approach – CDM’s project management approach is based on a simple but effective premise that has served our clients successfully since 1947: Use the vast experience resident within CDM for the client and provide affordable solutions that exceed the client’s objectives. CDM places great emphasis on continuous communications, establishing clear objectives and expectations between all parties at the outset of the project, and rigorous implementation of project management principles to control schedule, budget, and quality on every assignment. CDM has worked with clients throughout Florida on complex and challenging water projects, and, with each assignment, we have worked diligently to preserve the client’s best interests. Our record of accomplishment of performance in Florida has been exemplary. The design-builder must know not only how to produce a sound and innovative technical design, but also how to manage the project for smooth delivery without costly rework. CDM uses many efficient project management tools and methods to facilitate project delivery, but this is only part of the story. Probably more important is the strong desire of our Project Principal Paul Pinault, P.E. and Project Manager David J. Prah, P.E., BCEE to deliver a world-class RO facility to LCU. Mr. Prah recently completed the highly successful delivery of the Palm Beach County Lake Region WTP and the No. 3 WTP. Our project management approach for this project follows CDM’s detailed Project Management Plan. This document is a comprehensive management tool outlining our approach to all phases of the project. The core of our project management plan is CDM’s SMART (Safe Management of Assets, Resources, and ongoing Training of project personnel) Plan. This plan documents project goals, project schedule, safety activities, staffing and manpower, materials and subcontractors, tools and equipment, quality management practices, cost control, contract, and project administration activities. Our entire team will use a common schedule, document control, design, procurement, and quality control processes. The plant operational priorities will drive CDM design activities, which will in turn drive our material procurement and site staffing in accordance with the detailed CPM schedule. In addition, our project management plan will address the challenging issues of change management. Our project management team is well trained to manage change that could affect cost and/or schedule. Our experienced team programs in contingencies and/or schedule acceleration techniques for schedule or cost change management. Management Team – The heart of our project team is Mr. Pinault and Mr. Prah as the Project Principal and Project Manager, respectively. Mr. Pinault has valuable institutional knowledge of Lee County’s policies and procedures and is intimately familiar with LCU’s personnel and working methods. Mr. Pinault was carefully chosen as the single point of responsibility for LCU due to his trusted relationship with LCU staff, his background having managed several D-B projects, and his background as a Utility Director having managed many design, construction, and D-B projects where he had to keep many various stakeholder’s interests in mind – Board of Directors, engineering staff, operations staff, and the community at large. Mr. Prah brings to the project extensive water treatment experience, as well as significant South Florida membrane qualifications. These two staff members will be nearly inseparable during the course of the project: They will coordinate with each other and with other project staff on a continuing basis. Perhaps more important than any carefully drawn organization chart is the attitude that Mr. Pinault and Mr. Prah bring to the project of being able to listen, their meticulous attention to detail, relentless coordination to make sure that design disciplines are working in concert with each other, and the ability to think through problems to arrive at solutions. Mr. Pinault will be the single point of contact for day-to-day coordination with LCU’s Project Manager and will be responsible for the project’s administrative, financial, and contractual matters. He will provide guidance and direction to the Project Manager in terms of the project budget, schedule, and overall project controls. Mr. Pinault will be directly responsible for providing support to LCU and will advise the Project Manager and task leaders of issues that are important to LCU and all participating stakeholders. As Project Manager, Mr. Prah will be responsible for the project’s technical matters. Mr. Prah will be responsible for coordinating all subconsultants. He will focus on critical design and construction issues and will facilitate project decisions. His role includes responsibility for the overall implementation of the project plan and implementing requests from the Project Principal. He will also anticipate, identify, and address issues that could cause delays or increase project costs. He will be responsible for implementing the QA/QC program and dedicating adequate resources to the project. The Project Engineer Donald M. Thompson, Ph.D., P.E. and Construction Manager Dennis A. Mucha will be responsible for technical and construction management of the project. They will be responsible for coordinating the internal team of discipline leads from both CDM and from our subconsultants, and after GMP negotiation, our subcontractors. They will guide the discipline leads in developing and implementing engineering concepts with significant input from the QA/QC Review Team, coordinate and review all deliverables, and provide day-to-day coordination with the Project Principal and Project Manager to ensure that the project goals and vision are met. They will also assist in presenting technical work at meetings and documenting action items and decisions. Communication Protocols – The entire management team will be readily accessible to LCU from the CDM Fort Myers office. Coordination with our 3D/4D Design-Build Center in Orlando will occur through net meetings and periodic travel to assist with design and construction coordination activities and thorough implementation of our QA/QC plan. Coordination and communication of the many technical,

Page 47: Soq For Rfq 09 08 Cdm

FORM E-4 THROUGH FORM E-5 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-5

contractual, and operational issues will be necessary to successfully complete the North Lee County WTP Expansion Project. CDM’s local management team will allow the close, rapid communications required to properly manage and execute this important project. The first essential element of our project management approach focuses on protocols for effective communications. This communications plan defines the preferred modes of communication for all of the various parties involved in the project. Our project team recognizes the diverse makeup of the stakeholders who must be kept informed during the progress of the project. These stakeholders consist of representatives of LCU, regulatory agencies, federal agencies, subcontractors, vendors, and the utility customers. We will tailor our communications protocol for this project to ensure that information exchange occurs by the preferred method and frequency for each of the interested parties. At a minimum, we will identify the prime contact with each entity involved in the project. We will also define methods of communication (telephone calls, e-mail, project website, and paper copy correspondence) to be utilized during the course of the project. Furthermore, the frequency of communications will also be established for each of the parties, particularly stressing the nature of communication with LCU and within the project team. CDM will work with LCU to determine principal points of contact for the project. Project communications with LCU will primarily be through Mr. Pinault. The reporting hierarchy for the project for CDM staff and sub-consultants will be established to funnel all critical communications, regardless of transmittal directions (i.e., LCU to CDM or CMD to LDU) through Mr. Pinault. He will act as the gate keeper for the project, creating a consistent, all-inclusive knowledge center within the project team. Communications will be prompt and thorough. In addition, the project team will utilize project meetings on a weekly and monthly basis for various aspects of the project delivery. Progress will also be documented in monthly progress reports that detail design and construction progress, provide materials and cost information, address select technical matters, document the project safety record, and provide a briefing on specific achievements and activities to be completed in the upcoming three months. Additionally, CDM will establish a secure interactive project documentation system, or eRoom, for the project team of LCU, CDM, our subconsultants, and subcontractors, allowing all project participants real-time access to all documents generated throughout project execution for schedule, budget, document control, design, procurement, and quality control processes. Quality Assurance/Quality Control – Our project team will utilize CDM’s well-established procedures for quality management. CDM has codified our own QA/QC requirements in a Quality Management Procedures Manual for design-build projects. QMP-4 was developed based on CDM’s extensive experience as an engineer-led design-build firm, and will be uniformly and consistently applied to the work of all subconsultants and subcontractors on the project team. The foundation of all CDM’s QM programs is “exceeding our clients’ expectation,” as outlined in the DCP. To make sure deliverables are complete and meet LCU requirements, we will perform independent quality reviews of all deliverables on a bi-weekly basis during design execution and prior to their submittal. Our team includes Charles J. Voss, P.E., BCEE – Design & Drawings; Kenneth A. Klinko, P.E. – Water Process; Trudi Williams, P.E – Permitting; and Bruce G. Duff, PMP – Constructability to assist the project management team in implementing and overseeing the QA/QC program and facilitating team compliance with all QA/QC procedures. Quality management is addressed in the following ways. The quality management plan requires that key project team members stay involved in the project from design through procurement, construction, and startup. During the design of the North Lee County WTP expansion. CDM’s construction professionals and operations and maintenance specialists will work with the design engineers and have input to ensure that designs are constructible, that the designed facilities can be constructed within budget, and that facilities can be operated and maintained efficiently. Throughout the entire construction phase, our design engineers work closely with our construction professionals to ensure that equipment meets the design specification and that the design intent is achieved. Also, during procurement, operations and maintenance specialists work with the construction professionals to review submittals and startup plans submitted by subcontractors. During construction, CDM’s design engineers stay involved and ensure implementation of the design intent by attending progress meetings, reviewing submittals, and answering questions of the construction professionals. Additionally, CDM’s design engineers will make site visits as required to review the work and coordinate with the CDM site manager to expedite and direct the field crews as required to meet the design intent. Non-conformances with quality standards are resolved systematically using a structured methodology. Prior to startup, CDM’s operations and maintenance specialists will review all startup protocols and will work with LCU operations staff to ensure that the LCU staff is properly trained and ready for the startup. CDM’s operations and maintenance specialists will then work alongside the LCU operations staff to provide technical startup advice as the facility is commissioned. CDM’s fully integrated team of design professionals, construction professionals, and operations and maintenance specialists, all under one roof, assures LCU that the design intent and LCU expectations are understood and implemented during every phase of the project. Our approach provides LCU additional assurance that expectations for project quality are being met. An independent peer review team monitors progress on the project design activities. Our project team will interact with senior level professionals with extensive relevant experience but who are not directly involved in the day-to-day activities. This review team provides objective review and evaluation of the work, considering important factors such as the adequacy and soundness of conclusions; appropriate application of existing and new technology, and use of sound, practical engineering practices and value-based solutions to project challenges.

Page 48: Soq For Rfq 09 08 Cdm

FORM E-6 THROUGH FORM E-7 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-6

CDM’s organizational structure for the project (Figure E1) reflects our capabilities as a leading D-B contractor in the water infrastructure market. In our role as prime contractor, we have all of the key personnel necessary to effectively manage and administer the contract. For D-B projects such as the LCU project, CDM establishes a Design-Construction Management Team. CDM has an established protocol for D-B projects documented in Quality Management Process (QMP) Manual 4 which outlines specific personnel roles and responsibilities. CDM’s established D-B procedures call for a specific organization and responsibilities to implement these projects. We fully integrate our design and construction staff throughout all phases of a project, beginning with the early design development, where personnel who have been assigned to work on the project communicate and work together under the direction of CDM’s Project Manager. The interaction continues into the project kickoff and then through each subsequent phase of the field execution all the way to closeout. By organizationally integrating the team from the beginning, CDM is able to leverage the experience and specialty knowledge of both our design and construction staff, as well as promote the development of innovative ideas that can streamline projects and reduce costs and/or schedule. Team Members – Project Manager David J. Prah, P.E., BCEE understands LCU’s project objectives and overall schedule. He understands all aspects of water facilities design and construction and has proven capabilities to coordinate with the various design and construction disciplines in a fully integrated team. He will lay the managerial control ground work at the beginning of the project to prevent cost overruns, maintain the schedule, and see that the work is meeting QA/QC requirements. As part of the Palm Beach County Water Treatment Plant projects, Mr. Prah worked very efficiently with Palm Beach County’s Engineering Department, CDM’s design team, subconsultants, and the construction team to make sure the projects were completed within the time frame. With a proven track record, Mr. Prah will bring valuable experience to LCU to work with LCU’s staff to ensure the best interests of the County are protected. Together with Project Principal Paul Pinault, P.E., Project Engineer Donald M. Thompson, Ph.D., P.E., and Construction Manager Dennis A. Mucha, the core local CDM team will work diligently and efficiently with other CDMers to keep this project a top priority to ensure all project elements are designed, permitted, and constructed within LCU’s timeframe. Other CDM experts—namely Curtis A. Kiefer, P.E., BCEE; Colin M. Hobbs, Ph.D., P.E.; Charles J. Voss, P.E., BCEE; Trudi Williams, P.E.; and Kenneth A. Klinko, P.E., recognized as leaders in their respective fields–will assist the core CDM team with valuable technical input, permitting assistance, and design and construction support. Project Organizational Chart – Due to the importance of this project for Lee County, CDM has selected Mr. Pinault as our Project Principal. Due to Mr. Pinault’s great working relationship with County staff and background as a Utility Manager, in which function he oversaw many D-B, conventional design, and construction projects, he is the perfect client liaison and advocate for all levels of the County, ensuring that overall satisfaction is not only achieved but exceeded for this important project. The CDM Fort Myers office will serve LCU with Mr. Pinault as your primary contact for administrative requirements and Mr. Prah for all technical aspects of the projects. From our Florida-based staff, CDM has assembled a project team that includes locally-based staff and nationally recognized experts who can serve LCU from our Fort Myers office. We understand the great importance of this project to the County and, to support the project, our team includes experts in all key areas of this project while providing local project management and leadership. As an integrated, in-house team, all of the critical project roles—during both design and construction management phases—will be filled by CDM professionals. While CDM is in control of all aspects of the project design, construction, and startup, we have worked hard to strike a balance and provide meaningful opportunities for our local partners—TKW, Barraco, and RKS Engineering. CDM has teamed with each of these firms on numerous past projects and has developed a good working relationship with each. This plan provides team continuity, improves the efficiency of project implementation, simplifies project administration for LCU, eliminates engineer/contractor conflicts, and, most importantly, puts CDM in control of its schedule and overall quality of materials and workmanship. Innovative and cost-saving ideas and schedule efficiencies will be realized by involving key construction and operations personnel in design and key design personnel in construction and operations, and collaborating with LCU each step along the way. One of CDM’s strengths is our team’s experience working on similar projects together. Their experience working on local projects together means they are familiar not only with the D-B process, but also with their individual roles in the process; this leads to smoother execution, with all team members working together toward the common end goal. As the project organizational chart (Figure E 1) demonstrates, the CDM team is organized around simple, efficient lines of communication. The proposed project team members that we have assembled represent professionals with substantial expertise and experience and meet all of the criteria for inclusion and presentation as a part of this project team. Resumes for all team members are included in the back of this submittal. The structure and staffing of the project team are based on the premise that the most important asset a D-B firm brings to a project is a professional staff with the expertise to understand a client’s needs and plans thoroughly, produce designs to implement those plans with constructible and operable facilities, and manage the project efficiently from predesign through construction to startup and transfer to the owner. Our proposed project team is composed of several parts that will work closely together and with LCU staff to design, construct, and implement the project in a coordinated manner. The main components of the team are project leadership, a QA/QC Review Team, two major task groups (each with a task leader and additional staff), and project subconsultants that will serve during both the design and construction phases.

Page 49: Soq For Rfq 09 08 Cdm

FORM E-6 THROUGH FORM E-7 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-7

Lee County

* P.E. in state other than Florida

Lead Process EngineerCurtis A. (Kurt) Kiefer, P.E., BCEELead Mechanical EngineerColin M. Hobbs, Ph.D., P.E.Lead Electrical EngineerCynthia L. Stellmack, P.EDon Williams, P.E.Lead Instrumentation EngineerCurt W. Wendt, P.E.*, CAPDon Williams, P.E.Lead Piping DesignerDana H. GarrettLead Mechanical DesignerWilliam R. Haygood, P.E.Lead E&I DesignerWilliam C. Nelson, P.E.Lead Structural EngineerShawn R. Anderson, P.E., SELead Civil/Site Engineer/SurveyCarl A. Barraco, P.E. Scott A. Wheeler, P.S.M.PermittingPatrick J. Day, P.E.

Procurement and SubcontractsRonald J. DareSchedulingDwayne R. ArnoldSafety ManagerMarion J. (Mert) SnowLead Cost EstimatorCraig A. Gadberry, P.E.Startup and CommissioningStephen M. HoffmanRick B. SheltonPiping ForemanJeffery A. MuchaElectrical ForemanRobert AccordinoSCADA/PLC ProgrammerDavid L. UbertDaniel Blocker

QA/QC Review TeamCharles J. Voss, P.E., BCEE – Design & Drawings

Kenneth A. Klinko, P.E.* – Water ProcessTrudi K. Williams, P.E. – Permitting

Bruce G. Duff, P. Eng.*, PMP – Constructability

Qualifying AgentBruce G. Duff, P. Eng.*, PMP

Project ManagerDavid J. Prah, P.E., BCEE

Project EngineerDonald M. Thompson, Ph.D., P.E.

Construction ManagerDennis A. Mucha

Additional Key Personnel

SubconsultantsTKW Consulting EngineersBarraco and Associates, Inc.RKS Consulting Engineers, Inc.BCI Technologies

Project PrincipalPaul Pinault, P.E.

Figure E-1: Project Organizational Chart

Page 50: Soq For Rfq 09 08 Cdm

FORM E-8 THROUGH FORM E-12 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-8

CDM, the Design-Build Firm – Of direct relevance to this project is the fact that CDM has completed more than 1,000 alternative delivery construction projects, with over 30 in Florida alone. Unlike other teams that may represent short-term arrangements between consultants and contractors that last for just a single project, CDM is a truly integrated D-B firm. Our engineers, technicians, and construction managers are all CDM employees. CDM’s unified D-B approach provides you the full value of engineer-led D-B, including a completely integrated engineering-construction effort, full attention to project technical issues, and a true single-source point of contact and responsibility. It eliminates the potential for adversarial situations that can occur on projects when problems arise in contractor-engineer prime-sub relationships. As the proponent for the D-B services, CDM will have the single point of responsibility for all design, construction, startup, and operations, integrating our in-house design, construction, and operations personnel into a seamless team, while coordinating services of team members and sub-contractors during the project implementation. Delivering complete solutions using D-B or alternative delivery approaches that complement our traditional design capabilities have become a core service offering to our clients, representing over $1 billion in revenues since 2004. CDM holds the appropriate general contractor’s licenses, surety bonding, and insurance required to execute D-B, DBO, and construction projects in the State of Florida. As a Design-Builder and operator and general contractor, CDM takes singular responsibility for all aspects of project delivery from initial concept development through design, construction, commissioning, and O&M, using the depth of the firm’s resources in planning, design, and construction.. A rigorous health and safety program helps ensure that our projects are completed accident-free. In Florida, CDM’s D-B experience includes projects such as two WTP expansions for the Orlando Utilities Commission, the St. Johns County WTP D-B, the South Water Reclamation Facility (SWRF) Phase IVA and IVB for Orange County; and Water and Wastewater D-B projects at the Everglades National Park. CDM also teamed with Veolia for the DBO of the Tampa Bay Water Regional Surface WTP and the current expansion to bring the plant to 120 mgd. CDM is the design team member. For Orange County Florida alone, CDM has completed design build projects , totaling over $60 million. Combining abundant in-house expertise in treatment technologies with a proven ability to manage major civil works programs, CDM has built a record of success in the design and construction of WTPs. CDM has completed studies, planning, permitting, design, and construction services for similar facilities, including the recent CDM D-B of an 8-mgd LPRO Membrane Water Treatment Plant for St. Johns County, CDM’s design of the 2005 FICE Grand Award winning Glades Road 40 mgd Nanofiltration Membrane WTP, and design and construction management of Palm Beach County’s 30 mgd membrane WTP No. 3. In 1992, CDM designed the first large municipal microfiltration system in the U.S., and, since that time, we have consistently played integral roles in design and construction services for small and large membrane facilities. CDM membrane experts are constantly helping to advance the development and use of membrane technology. Our top firm-wide membrane experts, such as proposed team members Dr. Don Thompson and Curtis A. Kiefer, P.E., BCEE, regularly lead membrane technology seminars. CDM’s expert designers and constructors provide the full range of design and construction services. Working under a variety of mechanisms, from traditional design-bid-build and program management, to construction management (CM) and CM-at-risk, D-B, DB-, and design-contract-build, we involve our construction professionals early in project planning and design to help our clients choose the right delivery method, while employing cost management and effective quality control. Last year, CDM performed over $275 million in construction, with our total construction revenue exceeding $1.3 billion over the past 15 years. Our construction professionals have delivered projects valued up to $150 million addressing the full range of our clients’ needs. Currently active construction projects and projects completed within the past five years total more than $882 million. To help design concepts come to fruition during construction and to keep projects within budget, CDM also provides construction management and resident engineering services. Our project representatives take a proactive role in identifying and resolving construction issues so that change orders and delays are minimized. CDM’s current WTP projects average less than 1 percent in change orders. Our bonding capacity of more than $200 million per project, and $750 million aggregate, demonstrates our financial strength. We have qualified for bid, payment, and performance bonds, as well as special warranty bonds. In addition to our surety bonding, we have comprehensive insurance coverage. South Florida Experience – CDM’s South Florida experience with both membrane treatment and RO is unmatched, with 245 mgd of membrane treatment capacity in operation, under construction, in design, or under study in the State of Florida. CDM is unquestionably among the membrane design leaders today, with experience designing more than 90 membrane/RO plants, 33 in Florida alone—the most of any firm. Some of CDM’s most recent and relevant WTP experience in South Florida includes: • Water and Wastewater Systems for Babcock Ranch

Community, Charlotte, and Lee Counties – 9.0 mgd RO • Lake Region LPRO WTP, Palm Beach County – 10 mgd

• WTP No. 9 NF Facility, Palm Beach County – 27 mgd • WTP NF No. 3 Expansion, Palm Beach County – 30 mgd • LPRO WTP, Clewiston – 3 mgd

Page 51: Soq For Rfq 09 08 Cdm

FORM E-8 THROUGH FORM E-12 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-9

• WTPs Nos. 2, 8, 9, Palm Beach County – 65.5 mgd • NF Facility, Boca Raton – 40 mgd, largest NF in the world • WTP Design and Construction, Deerfield Beach – 10.5 mgd

• South Miami Heights WTP, Miami Dade – 25 mgd • Hobart Park WTP, Indian River County – 12 mgd.

Team Members’ Successful Experience in Working with One Another on Various Projects – In selecting our team members and project personnel, we carefully considered the specific experience and expertise that is vital to the successful completion of the North Lee County WTP project; namely, work at other similar RO water treatment plants and our previous experience in working together. Our organization chart (Figure E1) shows our proposed key project team members and the roles they will undertake for this project. The team structure and organization fully capitalize on our team members’ specific experience relative to the project tasks – and provide LCU not only with individuals who have worked together successfully on previous membrane and other water treatment projects, but also the knowledge required to design and construct a facility such as LCU’s. Key Project Personnel – Qualifying Agent Bruce G. Duff, PMP – Mr. Duff, CDM’s certified General Contractor in the State of Florida, has more than 30 years of experience in the management and supervision of construction contracts, including water, wastewater, and industrial facilities, using the contract delivery methods of D-B, EPCM, CMAR, and design-bid-build. He recently served as CDM’s project manager for the City of Valdosta’s WTP project. He was responsible for all aspects of the project execution, including budget, schedule, quality, safety, and coordination of the work to minimize service interruptions at the operating plant. Mr. Duff also managed the performance of locally-procured subcontractors to ensure on-time completion within the GMP budget. He was also the Project Team Manager for the Arbennie Pritchett 3D/4D D-B WRF for Okaloosa County and WWTP Improvements for the Kingsport, TN $24M EPCM improvement project. Project Principal Paul Pinault, P.E. – The CDM project principal is a project director and corporate leader who negotiates contractual matters, provides support to the project manager, has the authority to commit the resources of the company, and is ultimately responsible for client satisfaction with CDM’s work. A further role is to maintain contact with the client and be an alternative avenue of communication with CDM about project status and performance, should that be desired. The Project Principal will be the main point of contact with LCU and is ultimately responsible for the administrative aspects of the work. Project Manager David Prah, P.E., BCEE – The success that CDM has achieved across the United States is built on the expertise and dedication of individual project managers. By utilizing a single-firm Design-Builder, the responsibility for the innovative and timely completion of the North Lee County WTP project rests with the CDM Project Manager. Therefore, it is imperative that this individual possesses the ability to manage the design and construction phases of the project. Mr. Prah, our Project Manager, has 24 years of design and construction, process design, and design-build experience, and he has managed and was the Engineer-of-Record for almost every WTP design effort CDM has performed in South Florida. Over the past seven years, Mr. Prah’s record exceeds a total capacity of 67 mgd of membrane plants in South Florida. His experience includes the Palm Beach County (PBC) WTP No. 9 27-mgd nanofiltration facility; the extensive renovation and upgrade of PBC WTP No. 3 to a 30-mgd nanofiltration facility; the facility improvements to PBC WTPs No. 2, 8, and 9; the No. 8 capacity rerating; and, recently, the PBC 10-mgd LPRO Lake Region WTP. Additionally, Mr. Prah has successfully delivered WTP improvement expansions for the City of Cocoa Beach, the City of Ormond Beach, and the Orlando Utilities Commission. Mr. Prah is recognized by clients as a very responsive, “hands on” manager, dedicated to addressing the smallest detail necessary for successful project delivery. Mr. Prah’s level of knowledge relating to water treatment facilities, as well as process, design, and construction preferences, is unmatched by anyone in Florida. Mr. Prah will provide technical direction, develop deliverables, manage subconsultants, and, most importantly, lead and guide the entire team to accomplish tasks with high quality, on time, and on budget. Project Engineer Donald M. Thompson, Ph.D., P.E. – CDM attracts the best people in the industry, supporting their efforts to learn and to grow. CDM’s design professionals span a variety of disciplines and the projects that they plan, design, build, and operate are as diverse as the needs of our clients. The design project team will be led by project engineer Dr. Thompson, a nationally recognized expert in membrane treatment, including RO, nanofiltration, ultrafiltration, and microfiltration. Dr. Thompson brings significant Florida experience to this team from his recent work on the 30.5-mgd LPRO/NF WTP Project for Seacoast Utility Authority; the City of Tarpon Springs RO WTP D-B project; the Regional Surface WTP Expansion for Tampa Bay Water; and D-B services for improvements to the City of Valdosta’s WTP under a GMP. As the project engineer Dr. Thompson will lead the RO process design, structural, electrical, mechanical, and HVAC and plumbing and permitting efforts, as well as subconsultant team members. Construction Manager Dennis Mucha – Dennis Mucha has been selected to lead the construction effort of this project due to his specific and extensive experience in the design, bidding, and construction management of similar projects. Mr. Mucha has over 30 years of experience in the construction contracting industry, including over 15 years of field civil experience and mechanical supervisor experience. He has supervised projects up to $28 million in size and earned the Eagle Award of Excellence in 1998 from the Associated Builders and Contractors Inc. of Florida. His recent experience includes serving as Project Superintendent for the $5 million renovation of an existing reverse osmosis plant and new potable water lines for the Everglades National Park, Florida. The construction manager’s primary

Page 52: Soq For Rfq 09 08 Cdm

FORM E-8 THROUGH FORM E-12 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-10

responsibility is the delivery of the contractual scope and quality on schedule and within budget throughout the construction phase. He is also a key contributor to the planning, constructability review, safety, Maintenance of Plant Operation (MOPO) planning, start-up, and commissioning of the new facilities. Support Staff – Design Personnel – Our design support services personnel have all worked together on several RO and design-build projects throughout Florida and are well-versed in all the latest membrane technologies, design trends, alternative project delivery system, and optimization of the operation and maintenance of these facilities. Lead Process Engineer Curtis A. Kiefer, P.E., BCEE – Mr. Kiefer has more than 33 years of experience in water treatment; membrane treatment, including RO, nanofiltration, ultrafiltration, and microfiltration; and seawater desalination, including RO, multistage flash, multiple effect distillation, mechanical vapor compression, and related experience. His most recent RO design work was as a Membrane Treatment Specialist for the City of Deerfield Beach Floridan RO Units and the LPRO Process Design for the City of Clewiston. He is also well-versed in alternate delivery methods from his work on the Blue Hills Seawater RO Plant for the Bahamas and a seawater desalination project D-B project for Sand City, CA. Mr. Kiefer has worked on approximately 325 mgd of membrane treatment projects, including feasibility studies, preliminary design, design, and construction. In terms of actual constructed capacity, he has worked on projects with approximately 175 mgd of installed membrane treatment plant capacity. Lead Mechanical Engineer Colin M. Hobbs, Ph.D., P.E. – Dr. Hobbs is an environmental engineer with experience in the areas of water and wastewater membrane treatment systems, water treatment plant design, hydraulic analysis and design, and pilot plant operation. Most recently, he served as Project Engineer for the LPRO Membrane Process Expansion for the Ormond Beach WTP expansion and the Lake Region WTP project for Palm Beach County. Lead Electrical Engineer Cynthia L. Stellmack, P.E. – Ms. Stellmack provides electrical engineering services for environmental facilities. She recently assisted Lee County by identifying a problem with the electrical system at the North Lee County WTP when she visited the facility. The issue she discovered is a serious issue caused by a lack of coordination between the as-built drawings for the facility and what is actually in service. Her most recent experience includes serving as electrical design engineer on the D-B project for the Babcock Ranch Community Water and Wastewater Facilities Project located in Charlotte and Lee Counties, FL, and extensive experience with both Collier County and Marco Island. Lead Instrumentation Engineer Don Williams, P.E. (RKS) – Mr. Williams has over 37 years of experience in all phases of electrical engineering analysis and design. He is versed in the design of power distribution, emergency power generation, lightning protection, telemetry, and instrumentation and control systems. His experience is focused on engineering electrical systems for municipal water/wastewater plants and commercial/industrial developments. Lead Piping Designer Dana H. Garrett – Mr. Garrett has 37 years of experienced as a designer of facilities for RO, water supply, and wastewater treatment processes. He was the lead mechanical designer for the Palm Beach County 25-mgd membrane WTP No. 9, the 25-mgd WTP No. 3, the 10-mgd Lake Region RO WTP, and also for the City of Deerfield Beach West WTP 11-mgd NF/RO plant addition. He was the lead mechanical designer for the 40-mgd Boca Raton membrane softening process plant expansion project and the 25-mgd ultra filtration/nanofiltration for South Miami Heights WTP for Miami-Dade County, Florida. He was the lead mechanical designer for the Phase III 6.0-mgd RO WTP at the Indian River County North County Hobart Park, the 4.5-mgd St. John’s County CR 214 RO membrane treatment plant, and the 3.0-mgd RO WTP for Ormond Beach. Mr. Garrett also was the lead mechanical designer for the St. Augustine 3.0-mgd RO WTP. His D-B experience included a WWTP for Okaloosa County and 2 WTP D-Bs for the Orlando Utilities. Lead Mechanical Designer William R. Haygood, P.E. – Mr. Haygood is a mechanical engineer experienced in the specialties of heating, ventilation, and air conditioning (HVAC); fire protection; and plumbing for commercial, institutional, and industrial projects. His specific design experience includes life cycle analysis, value engineering, and construction administration for wastewater treatment plants, schools, hospitals, and industrial facilities. In addition, he has substantial experience in the design and installation of microprocessor, pneumatic, and electrical/mechanical controls and control systems. He was recently a project engineer for the D-B Okaloosa County Arbennie Pritchett Water Reclamation Facility. He was the mechanical engineer for a RO WTP design for Dunedin, FL. Lead E&I Designer William C. Nelson, P.E. – Mr. Nelson provides preliminary and final design of electrical distribution systems, including single line diagrams, power plans, lighting plans, and control systems. His capabilities include detailed plans and specifications for contract documents, as well as conceptual design, construction administration, and technical review. Mr. Nelson is responsible for corporate CAD standards and utilizing technology to design our facilities in 3D. Mr. Nelson has successfully delivered these technologies for the following projects: St. Augustine, Florida Membrane WTP; Charlotte, North Carolina CMUD Hypochlorite Facility; Charlotte, North Carolina CMUD Generator/Electrical Building; Tampa Bay Water Pump Stations; Bellaire, Florida Booster Pump Station; Anastasia Island, Florida Headworks; Valdosta, Georgia Mud Creek WWTP; and Okaloosa County, Florida Arbennie Pritchett WRF. Support Staff – Construction Personnel – CDM’s construction professionals bring extensive construction experience, including self performance of construction projects to our projects. The experience of CDM’s construction management professionals exceed the normal levels of construction administration services and includes experience in all phases of construction management, including project management and controls, procurement of materials, equipment and subcontractors, management of in-house craft personnel, scheduling,

Page 53: Soq For Rfq 09 08 Cdm

FORM E-8 THROUGH FORM E-12 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-11

cost control, quality assurance and control, and safety assurance for total construction management of projects. The construction team also brings to the project Florida market experience with knowledge of local construction methodologies, climate, ground conditions, labor market, and subcontractors. The integration of CDM engineers and construction professionals allows seamless coordination internally to enhance overall performance resulting in high levels of owner satisfaction. CDM’s construction and project managers use systems and procedures that are time-tested and proven successful. CDM appliesthese proven construction management systems to each assignment we execute. Lead Cost Estimator Craig A. Gadberry, P.E. – Mr. Gadberry is a chief estimator with over 15 years of experience in water and wastewater treatment plant construction. He has a broad range of management, estimating, and scheduling knowledge of projects and is knowledgeable with all forms of estimating. He prepares feasibility estimates, conceptual estimates, preliminary design estimates, final design estimates, detailed bid estimates, and change order pricing and negotiating. He is experienced in alternate delivery methods, including design-build and CMAR. He is skilled in the use of many software packages, including Timberline, Primavera, and Insite Sitework. His most recent project work includes the D-B WTP expansion for the City of Valdosta, GA and the Arbennie Pritchett D-B of a WRF for Okaloosa County. Project Subconsultants – CDM has enjoyed successful relationships with the consultants and firms who serve as subconsultants on this project. These successful relationships are the result of the ease with which CDM communicates with project team members and because of the confidence we have that we have chosen the right team for the project. Furthermore, not only do we boast a strong partnership with our subconsultants, but just as important is how we encourage the working relationships and communications between subconsultants on the team. For optimum results, CDM employs a dedicated teamwork philosophy that results in successful communication features, integrated work products, and long-term working relationships. CDM achieves sub-consultant and subcontractor integration through a combination of administrative and operational processes designed to encourage effective communication and integration within the overall project structure. In our organizational structure, the Project Engineer and Construction Manager are primarily responsible for managing the sub-consultants and subcontractor’s work, while our Project Manager ensures compliance with the contract terms and conditions through regular audits. While our Project Engineer and Construction Managers typically use reports available from our Management Information Systems to track information on progress, develop projections, and perform “what-if” analysis relating to potential problems or improvements, they also reinforce these with regular direct communication with sub-consultants and subcontractors using on-site reviews of work progress and performance. LCU representatives will be included in the review of sub-consultant and subcontractor performance. Our project team includes four local project subconsultants, well-established firms—outstanding experts in their fields—which were specifically selected to assist CDM. Our project subconsultants are all local Lee County-based firms. These firms will provide specialized services in their respective technical categories, as summarized below. TKW Consulting Engineers, Inc. (TKW) – (Structural and Permitting Services) is a multi-disciplinary firm, specializing in civil engineering, environmental engineering, structural engineering, and survey and mapping services. Since its inception in 1989, TKW has provided world-class engineering consulting services for government and private development. TKW professionals specialize in civil, structural, and environmental engineering; and survey and mapping services. With offices in Florida, TKW provides services to clients throughout the state and nationwide. TKW's structural engineering division provides drawings and specifications for new construction or renovations, construction administration, and inspection services that include licensed threshold inspectors. TKW is registered with the State of Florida and many other government entities throughout the state as a woman-owned business enterprise (W/M/DBE). Barraco and Associates, Inc. (Barraco) – (Lead Civil/Site Engineer/Survey) has been a leader in the planning, design, and surveying of some of the finest projects in Florida. They work in partnership with public- and private-sector clients locally, regionally, and throughout the Southeast United States. Their multi-disciplinary staff includes engineers, planners, surveyors, and LEED® accredited designers. Barraco offers clients an integrated service approach with a commitment to value and performance. They have maintained a strong surveying tradition since 1998. They maintain a full complement of licensed survey personnel, experienced support staff, and high-tech equipment. RKS Consulting Engineers, Inc. (RKS) – (Instrumentation) is a well-established, electrical engineering firm based in Fort Myers. RKS provides professional services in the electrical, instrumentation, and control engineering disciplines. The firm’s services include complete engineering design for electrical distribution, power generation, lightning protection, surge suppression, telemetry, instrumentation, and control systems for municipal and industrial water and wastewater facilities. RKS provides design services as well as project management, construction inspection, functional testing, and facilities commissioning services. BCI Technologies - has been serving the industrial automation community for more than 15 years with our corporate office in Kissimmee, our Instrumentation and Controls division in Fort Myers, and our Power RICH division in Debary Florida. BCI Technologies is registered as a CitectSCADA Partner and has integrated all of the Lee County Water and Wastewater plants with the CitectSCADA System.

Page 54: Soq For Rfq 09 08 Cdm

FORM E-8 THROUGH FORM E-12 SKILL AND EXPERIENCE OF THE PROJECT TEAM

July 2009 FORM E-12

Project Subcontractors – Piping Foreman, Electrical Foreman, and SCADA/PLC Programmer – CDM has the ability and experience to self perform most aspects of the required general construction work, including civil/site, concrete, small and large piping, process mechanical equipment installation, electrical, and instrumentation and controls. We have identified our Piping Foreman as Jeffery Mucha, our Electrical Foreman as Robert Accordino, and our SCADA/PLC Programmer as David Ubert, each of whom has extensive experience serving in the roles identified. However, inlieu of self performing the required work, CDM believes it is in the best interest of LCU and the local community if we explore management of the construction by breaking the design into small, well-defined bid packages, along with the option of self-performance of the construction where appropriate. Our Piping Foreman Jeffery Mucha; our Electrical Foreman Robert Accordino and our SCADA/PLC Programmer-David Ubert will oversee the implementation of these bid packages. There are several advantages to LCU in having CDM manage the construction. These include: • CDM management of construction allows for increased competition amongst subcontractors and vendors. This will allow LCU to benefit

from current market conditions. CDM will prequalify all subcontractors, focus on local subcontractors, ensuring that their experience, qualifications, financial strength, and safety record align with CDM and LCU standards. This past year CDM has experienced subcontract prices much lower than in the recent past. However, a detailed pre-qualification must be performed in order to ensure, in addition to financial strength and experience, that the subcontractors have the resources to perform the work.

• CDM will solicit a minimum of three bids for all aspects of the work, including subcontracts, engineered process equipment, and local material suppliers. CDM’s construction professionals will produce their own detailed estimate of the work for comparison to the bidder’s scope and pricing to ensure that the best value is being brought to the project. If the subcontract prices received are not in alignment with our own internal estimate, then we can look to self-perform the work in order to maintain the project budget. With these procedures, CDM’s Construction Manager can assure LCU that the work will be completed by a qualified subcontractor at the lowest competitive price and that the majority of all construction cost dollars remain in Lee County.

• CDM will identify work opportunities that lend themselves to small and local businesses. This provides an opportunity to small and local businesses to contribute to the local economic development. They can gain experience that allows them to expand their business, while increasing company employment and experience. By utilizing small and local businesses on this project, more of the project budget will be spent in Lee County and surrounding communities. CDM also believes we have a fundamental responsibility to provide bidding and procurement opportunities for women- and minority-owned businesses. CDM has recent successful experience in breaking typical large procurement packages into smaller packages. This allows women- and minority-owned businesses to best meet the bonding, scheduling, and scope requirement. This allows the women- and minority-owned businesses to effectively participate in the bidding and procurement process. CDM’s local management of subcontractors reduces project mobilization costs as well as travel and subsistence expenses. These reduced costs will be realized by LCU. Perhaps one of the most important aspects of CDM’s approach is that LCU will have a single point of contact and responsibility – CDM. With either option – self-performing or the issuance of bid packages, or a combination thereof, CDM remains entirely responsible for all costs, schedule, safety, and performance of the work.

Disadvantaged Business Enterprise (DBE) Participation – CDM is not a DBE; however, CDM understands the County’s minority participa-tion goals and is committed to utilizing DBE firms in the execution of quality work. For this project, CDM has assembled an outstanding team that includes W/M/DBE TKW Consulting Engineers, Inc. CDM’s preference to manage design-build projects by breaking the construction into small bid packages, encourages DBE firms and local contractors’ participation. CDM’s procurement approach will meet your DBE requirements and maximize local subcontractor involvement, benefitting the local economy. CDM is frequently asked to ensure that the maximum amount of public money spent on public projects is returned to the local community, enhancing the economy of the surrounding area. CDM understands and supports this imperative, and has developed procurement strategies to satisfy these interests to the maximum extent practicable. CDM’s procurement team will review the capacity of potential local subcontractors in Lee County and plan a procurement strategy that breaks the overall scope of work into packages that can be successfully accomplished with the financial and labor resources of local contractors and suppliers. A similar approach was implemented by CDM for the City of Valdosta, where close to 70% of the total subcontract value was awarded to pre-qualified, local subcontractors. For the Integrated Design-Build Arbennie Pritchett Water Reclamation Facility (WRF) for Okaloosa County, FL CDM was selected to design, construct, outfit, startup, performance test, and obtain permits for the new WWTP, which will be designed to initially treat 10 mgd with flexibility for future expansion. There were no M/WBE requirements for this project, however, to overcome the scarcity of local labor and contractors skilled in the construction of process plants, CDM revised its construction staffing plan to augment its field supervisory team to provide mentoring and transfer industrial construction skills and technology to local firms who would otherwise have been assessed as marginally unqualified to perform the work. CDM has made an important investment in developing a truly integrated design-build center and a true 3D/4D design-build approach to projects like the North Lee ROWTP that has proven to be of tremendous benefit to our clients. A description of CDM’s design-build center, our 3D/4D capabilities, and instrumentation and control capabilities and resources can be found in Form FF – Special Equipment.

Page 55: Soq For Rfq 09 08 Cdm

As stated in the Request for Qualifications, the following information regarding licensing does not count toward the Section E page limits. Licensure – Included on the following pages is the required licensure for project team members. Copies of this licensure include the following identified in Table 3. Professional Licenses – Professional licenses for project staff are included on each resume. Resumes can be found at the end of Section E.

Table 3: Required Licenses

License Type State of Issuance Number Date of

Issuance Expiration

Dates State Certification for CDM Constructors Inc. Florida F93000002289 05-04-1993 12-31-2009Construction Industry Business License for CDM Constructors Inc.

Florida QB0013882 02-23-2000 08-31-2009

Qualifying Agent - General Contractor license for Bruce Gordon Duff

Florida CGC1511174 05-04-2006 08-31-2010

Board of Professional Engineers Certificate of Authorization for CDM Constructors Inc.

Florida 7363 12-22-1995 28-02-11

State Certification for Camp Dresser & McKee Inc. Florida 832235 04-23-1974 12-31-2009Board of Professional Engineers Certificate of Authorization for Camp Dresser & McKee Inc.

Florida 20 05-10-1977 28-02-11

Page 56: Soq For Rfq 09 08 Cdm
Page 57: Soq For Rfq 09 08 Cdm
Page 58: Soq For Rfq 09 08 Cdm

Evidence of Successfully Meeting a Time Critical Project Schedule CDM has successfully managed and completed many time critical projects. We have provided descriptions below of two relevant projects of similar complexity where schedule is the critical factor. The first is the Okaloosa County Arbennie Pritchett Water Reclamation Facility and the second is the Haworth Water Treatment Plant. Okaloosa County Arbennie Pritchett Water Reclamation Facility, Okaloosa County, FL Okaloosa County Water and Sewer Department (OCWS) owns and operates the 6.5-million gallon per day (mgd) Garniers wastewater treatment plant (WWTP). However, due to the plant’s age, location, and operational performance, OCWS decided to construct a new WWTP. A key component is the construction of the $48,000,000 Arbennie Pritchett Water Reclamation Facility. CDM was selected to design, construct, outfit, start up, performance test, and obtain permits for the new WWTP based on its conceptual design and qualifications. The WWTP is designed to initially treat 10 mgd with flexibility for future expansion. Construction began in August 2007, with the new facility on schedule for project completion in September 2009. OCWS’s requirements to decommission the existing Garniers WWTP, provide new and better equipment, increase the service area, and enhance operations performance required a compressed design, permitting, procurement and construction schedule. Design - To accomplish these compressed schedule requirements, all design was scheduled to be completed in five months. CDM held monthly progress meetings with the Owner in Okaloosa County during design phase. The design was completed in three phases - early sitework, prestressed tank construction followed by the balance of design. Greatly enhancing the speed and efficiency of the design was incorporating 3D/4D technology. 4D design, which integrates a database into the 3D facility model, provides a consistent and lasting platform for efficient operations and maintenance. While the third dimension incorporates all disciplines – architectural, electrical, HVAC, plumbing, structural, and others – the fourth dimension uses an enterprise-level electronic document management system to include equipment data sheets and operations and maintenance (O&M) manuals. This 3D/4D design process enabled a compressed design schedule—just over five months—while at the same time allowing the Owner to see and understand the evolution of the design. The ability to see the facility in three dimensions facilitated real-time interactive decision-making by stakeholders assembled in a single location or connected by video conferencing. This significantly reduced the traditional time lag between design inspiration, approval and implementation and was key to the reduction of the design phase schedule. “We knew going with a design-build approach would streamline the process; however, the 3D and 4D elements that CDM has brought to the project have really taken the process to a new level. With each conversation we have or decision that needs to be made, we can see our new facility in real time,” said Jeff Littrell, Director of Okaloosa County Water & Sewer System. Permitting and Procurement – Permitting and procurement and was expedited by to meet the aggressive design schedule. The stormwater permit was approved in the second month following the Notice to Proceed (NTP). CDM also started purchasing long lead equipment before the end of the second month. Construction - The construction schedule was equally as aggressive. CDM held monthly progress meetings with the Owner through construction. The Construction team mobilized to site 60 days after NTP. Early site packages were completed one month from the NTP including: • Site clearing and grubbing • Demolition • Backbone stormwater management system • Temporary roads • Temporary utilities • Erosion control • Site fencing. CDM considered innovative construction means and methods that could reduce time, and decided to construct all major water retaining structures through prestressed construction, rather than traditional cast-in-place construction using formwork. This reduced the construction period by six weeks, principally because formwork did not have to be procured, a significant contribution to accomplishing the time-critical schedule. The prestressing subcontractor was able to mobilize to the site and start construction within a month of CDM’s decision. The balance of job (mechanical, building, electrical, concrete) was then subcontracted in the next six months and was all completed before 11 months from the initial NTP. CDM then self performed the I&C and systems integration and CDM built all the major electrical cabinets in our California shop. The project is currently in the start-up phase and is on schedule and under budget. Jeff Littrell, director of Okaloosa county Water & Sewer, recently wrote to the Okaloosa County Board of County Commissioners “CDM has

Page 59: Soq For Rfq 09 08 Cdm

maintained its commitment to partnership through construction, and has been responsive to our needs. Today the project remains, as it has since the design began, on budget and on schedule” Haworth Water Treatment Plant, Haworth, NJ United Water New Jersey (UWNJ) is a privately-owned water utility that provides service to about 800,000 residents in 60 municipalities in Northern New Jersey. UWNJ owns and operates the water system which includes the Haworth WTP and the Oradell Reservoir which is the raw water source for the Haworth WTP. The Oradell Reservoir is the primary raw water source with 3.5 billion gallons of storage capacity The Haworth WTP was originally constructed in 1964 as a conventional water treatment plant with a rated capacity of 50 mgd. In 1989, the Haworth WTP was upgraded with ozone and expanded as a direct filtration plant to a capacity of 160 mgd. The treatment process includes pH adjustment, coagulation, ozonation, filtration, chlorine disinfection and chloramination and has a current reliable process capacity of 165 mgd. Since the Haworth WTP was upgraded and expanded in 1989 to include pre-ozonation and direct filtration, the requirements for drinking water quality have become more stringent. There were major changes to current regulations in New Jersey and other changes to the Safe Water Drinking Act were also anticipated. In addition, raw water quality deterioration and equipment age had made operations more difficult. A non-compliant event resulting from an extreme storm’s impact on raw water quality required a boil water order to be imposed on UWNJ’s 800,000 customers. The possibility of another event of similar magnitude in the future placed the plant at elevated risk of failure in providing customers with the expected level of service. As a result, the New Jersey Department of Environmental Protection (NJDEP) mandated and will enforce a new discharge permit by October 2009. The mandated discharge permit, two years from the onset of this design-build project, made schedule adherence and completion critical to the success of the project. CDM produced a project schedule that was complete, achievable, and accomplishes the objectives and stipulated milestones in the NJDEP mandate. The project requirements are challenging, particularly as they relate to the stipulated milestones and NJDEP mandate. It demands a focused and concerted effort of the entire project team, CDM in team collaboration with UWNJ, the regulatory agencies and officials, and our subcontractors, suppliers and other direct project participants. The two most important factors to a time critical project are the schedule development and the schedule adherence. CDM’s project schedule developed for the North Lee County WTP Expansion Project will be fast-tracked through achievement of Substantial and Final Completion. CDM will provide a schedule that is timely and expedient but also provides sufficient flexibility and comfort as to not impose inordinate demands or requirements on the project team, including your plant operating personnel or the regulatory agencies. Responsibility for schedule adherence will be assigned to a Schedule Controller. Regular updates and analysis will be used to keep the project team informed and to take appropriate actions to maintain the project progress as originally planned. Activities will be assigned by phase and entities to maintain team members’ focus. CDM will manage the project float to best utilize the labor force to manage the critical path of the schedule. Schedule reporting and analysis will be done in Primavera software. CDM will monitor and update the project schedule on a weekly basis. Trend reports showing deviations from the original schedule will be produced and provided to CDM’s Project Manager and Lee County Utilities (LCU). Project engineering, procurement and construction progress variance reports will be prepared and will be reviewed by the Project Manager, the Design Manager and the Construction Manager. The following activities expedited in the Haworth WTP Upgrade project schedule will be included in the North Lee County WTP Expansion Project: Project Management - Project management activities will start immediately upon the contract award and the NTP. These activities include the overall coordination and delivery of all of CDM’s services, as well as provide CDM’s other direct supervisory, planning, reporting and recordkeeping. CDM’s project management activities will extend, of course, throughout the project until completion is achieved. Design Development - Concurrently, CDM will advance the preliminary design with a focus on enabling permits, early procurements, and ultimately, construction and commissioning of the expanded facilities. CDM’s engineering and design teams will continue their work and services without interruption until completion of the final design of the upgraded facilities. The portions of the design relating to the critical, early construction activities will be completed sooner, on an as-needed basis. All of CDM’s engineering and design activities will completed in close communication, review, and approval of LCU. If requested, design submittals will be prepared and reviewed with LCU. CDM will schedule and work closely with LCU to assure the reviews are achieved, the engineering and design of the upgraded facilities is not compromised, and the critical construction activities are not delayed. Our initial permitting activities include preparation and submission of permit applications and follow-up actions until the permits have been secured and issued. CDM will monitor and report on compliance of any

Page 60: Soq For Rfq 09 08 Cdm

permit conditions and requirements. While CDM does not have ultimate control over the issuance of the permits, we do not envision, base on past experience of similar situations, any delay of significance. Pre-Construction Services - CDM’s construction professionals will provide value engineering and constructability review input to the design team. Value engineering by the team and permitting activities will begin with a kick-off meeting with LCU, followed by meetings with the regulatory agencies and officials. This will be a continuous process throughout the design of the upgraded facilities and will not delay the progress or completion of the design development or permitting activities. CDM will identify critical construction activities and develop a Maintenance of Plant Operations (MOPO) plan in collaboration with LCU operations staff which will ensure that construction activities minimally impact existing facility operations. Construction - Construction will begin with expedited establishment of our on-site project office and other on-site activities needed to support the fast-tracked schedule. CDM will also conduct early procurement activities for early construction subcontract work packages and early equipment bid packages. Our construction team will manage and supervise the schedule of all of our subcontractors, suppliers, and other vendors, as well as on-site safety and quality control. Our startup and commissioning team includes licensed water treatment operators. They will have input to the design and will begin with the planning and preparation of operator training; O&M manual development, testing, and commissioning services early in the construction to assure that our construction activities, as well any of our other on-site activities, do not interfere, disrupt or compromise on-going plant operations. Our commissioning services begin during the design phase and extend through final acceptance testing.

Page 61: Soq For Rfq 09 08 Cdm

A professional engineer with more than 35 years of experience, Mr. Pinault has a background of successfully overseeing construction and improvements projects, which is demonstrated by his illustrious career with the Narragansett Bay Commission. During his tenure as executive director, Mr. Pinault was responsible for the administration, management, and direction of the affairs and business activities. Under his leadership, the Commission was recognized with various awards, including the U.S. EPA’s Best Operated and Maintained Large Secondary Facility for the Field’s Point Wastewater Treatment Facility; the National Excellence Award for the plant’s outstanding operation and maintenance (O&M) procedures and innovative, cost-effective achievements; and the National First Place Award for the Commission’s Pretreatment Program. Mr. Pinault brings that same experience and ability to implement innovative, award-winning solutions to all projects to which he is assigned.

Narragansett Bay Commission Experience. Mr. Pinault began working with the Narragansett Bay Commission upon its creation in 1980 as a project engineer on loan from the EPA overseeing the reconstruction and improvements to the failing Field’s Point Wastewater Treatment Facility, previously owned and operated by the City of Providence. In 1984, Mr. Pinault joined the staff of the Narragansett Bay Commission, when he was hired as Assistant Director for Construction and Grants. He became Deputy Director in 1988 and advanced to the position of Executive Director in 1991. As Executive Director, Mr. Pinault was the Chief Operating Officer and was responsible for the administration, management, and direction of the affairs and business activities of the state’s largest wastewater utility.

During his leadership, the Narragansett Bay Commission acquired the state’s second largest wastewater treatment facility in 1992, the Bucklin Point Wastewater Treatment Facility; the Field’s Point Wastewater Treatment Facility was selected by the EPA as the Best Operated and Maintained Large Secondary Facility in the Country for 1995 and winner of its National Excellence Award, in recognition of the facility’s outstanding operation and maintenance procedures and innovative, cost-effective achievements; and the Narragansett Bay Commission’s Pretreatment Program was twice awarded EPA’s National First Place Award in the greater than 100 SIU category.

Mr. Pinault served as Secretary to the Narragansett Bay Commission’s 19-member Board of Commissioners. Mr. Pinault served as President on the National Association of Clean Water Agencies (NACWA) Board of Directors and chaired their Wastewater Infrastructure Funding Task Force. Before joining the Commission, Mr. Pinault was a project engineer at the EPA, the Massachusetts Division of Water Pollution Control, and Tibbetts Engineering Corporation.

Project Director, Babcock Ranch Community Design-Build-Operate Water and Wastewater Facilities, Fort Myers, FL, 2007-2011. This $30 million project is the first phase of a new environmentally friendly community that will ultimately consist of 19,500 residential units and 6,000,000 square feet of non-residential space. The new water and wastewater facilities include a water treatment plant, water reclamation facility, LEED® certified operations building, deep injection well, water production wells and 30,000 feet of raw water transmission pipeline.

Project Director, Asset Management Program Development, Collier County, FL, 2007-2009. Mr. Pinault oversaw the development and implementation of an Asset Management Program for the Collier County Public Utilities Division (CCPUD). Mr. Pinault coordinated a team of specialists from CDM and GHD to plan and guide program development, and to provide technical and business support for program implementation. The purpose of the asset management program is to achieve the maximum value from CCPUD infrastructure assets while meeting the performance standards expected by its stakeholders. This project provided the knowledge, processes, and supporting technologies necessary for the program to succeed. This project consisted of the first phase assessment for the overall Asset Management Program Development and Implementation. During this phase CDM and GHD assessed the assets of all the departments of the Division, as well as the different divisions within the County Government that CCPUD interacts with.

Paul Pinault, P.E. – Project Principal Education ■ M.S. – Environmental Engineering, Northeastern

University, 1977 (graduated with High Honors) ■ B.S. – Civil Engineering, University of Massachusetts at

Dartmouth, 1973 (graduated with Honors)

Professional Registrations and Numbers ■ Professional Engineer: Florida No. 66254,

Expiration: 28-Feb-2011

Page 62: Soq For Rfq 09 08 Cdm

Paul Pinault, P.E.

Program Manager, Collier County Wellfield Reliability and Improvements Program Management, Collier County, FL, 2006-2009. Mr. Pinault is the program manager for the Collier County Wellfield Reliability and Expansion Program to manage the planning and development of new wellfields in Collier County and to ensure that the potable water system always meets concurrency requirements. The program included land acquisition, facility design and construction, start-up, and improved utility operations with respect to raw water supply.

Project Engineer, Northeast Regional Water Treatment Plant Wellfield Infrastructure Development, Collier County, FL, 2007. Mr. Pinault provided assistance to the project manager for the design and engineering services for the raw water wellfield and pipelines for the new 10-mgd Collier County Northeast Water Treatment Plant, which will be a reverse osmosis desalination facility that treats brackish groundwater.

Project Engineer, Engineering Design and Construction of Tamiami Well No. 37 and Construction of Tamiami Well No. 34, Collier County, FL, 2007. For this project, Mr. Pinault provided services during construction for Tamiami Well No. 37, wellhead equipment and raw water transmission main. The scope of work also included engineering services for Tamiami Well No. 37, wellhead equipment and raw water transmission main, including preliminary and final designs, preparation of construction documents, combining specifications and plans for Wells No. 34 and 37, bidding services, and project management and coordination efforts during construction for both wells.

Project Engineer, NERWTP Wellfield 2006, Collier County, FL, 2006-2007. Starting in January 2007, Mr. Pinault provided consulting services for data collection, construction supervision, well site and transmission main routing evaluation, property acquisition support, and public information assistance for the NERWTP Wellfield.

Executive Director and Chief Operating Officer, Narragansett Bay Commission, Providence, RI, 1991-2006. Mr. Pinault was responsible for the administration, management, and direction of the affairs and business activities of the Narragansett Bay Commission regulated wastewater utility, serving 360,000 people in all or portions of ten cities and towns in the State of Rhode Island, with 250 employ-ees, a $65 million annual operating budget, a $410 million ten-year capital improvement program, 65 mgd and 31 mgd secondary wastewater treatment facilities, eight wastewater pumping stations ranging in size from 0.1 mgd to 200 mgd, 32 tide gate structures, 71 combined sewer overflows, and 96 miles of interceptor sewers. He was also responsible for lobbying in Rhode Island and Washington, D.C.

Deputy Director, Narragansett Bay Commission, Providence, RI, 1988-1991. Mr. Pinault assisted the Executive Director in the day-to-day management of the agency. In addition, he was responsible for the operation of the Executive Office, including Legal, Human Resources, Public Affairs, Intergovernmental Relations, and the Commission’s Capital Construction Program. As a registered lobbyist in the State of Rhode Island, he prepared, monitored, and testified on legislation affecting the Commission.

Assistant Director for Construction and Grants, Narragansett Bay Commission, Providence, RI, 1984-1988. Mr. Pinault was responsible for acquiring and managing $65 million in federal grants and $14 million in state grants for the construction of $100 million in improvements to the Commission’s wastewater collection and treatment facilities. He coordinated the review of all bid documents, supervised all construction activity, negotiated all claims and change orders, and coordinated construction projects with Commission’s Operations Division. He oversaw rehabilitation and the successful testing and permitting of a 240 wet ton per day multiple hearth sludge incinerator.

Page 63: Soq For Rfq 09 08 Cdm

Bruce G. Duff, P. Eng., PMP – Qualifying Agent; QA/QC Review Team (Constructability) Education ■ B.A.Sc. – Mechanical Engineering, University of Toronto,

Canada, 1978

Professional Registrations and Numbers ■ Professional Engineer, Mechanical: Alberta, Canada (1982) ■ Certified General Contractor, Florida, 2005,

No. CGC1511174, Expiration: 31-Aug-2010 ■ Certified Project Management Professional,

Project Management Institute, 2008 Mr. Duff has more than 29 years of experience in the management and supervision of construction contracts, including water, wastewater, and industrial facilities, using the contract delivery methods of design-build, EPCM, CM-at-Risk, and design/bid/build. His background includes construction management and supervision, safety monitoring, contract administration, quality control, quality system assessment, and field engineering. He has worked on projects involving gas plants, water and wastewater treatment plants, raw water wells, pump stations, landfills, instrumentation and control (I&C) systems, supervisory control and data acquisition (SCADA) systems, storage facilities, and pipelines.

Project Team Manager, Arbennie Pritchett WRF, Okaloosa County, FL, 2007-Ongoing. Mr. Duff is serving as CDM’s project team manager for the D-B delivery of a 10 mgd WRF worth $49 million. Mr. Duff directed the multidisciplinary team in producing a winning proposal that was rated as technically superior to all competitors in a qualifications-based selection process and has transitioned that same team into the 3D/4D design and subsequent construction of the facility. He is responsible for meeting all of the quality, cost, schedule, and safety targets for project execution from conceptual design through startup and handover.

Project Team Manager, WWTP Improvements, Kingsport, TN, 2006-2011. Mr. Duff is serving as CDM’s project manager for the $22.3 million EPCM improvement project, making upgrades to and rehabilitating the City’s 12.5 mgd WWTP to bring it into compliance with permitted discharge limits. He is responsible for all aspects of the project execution, including budget, schedule, quality, and, particularly, safety and coordination of the work in the operating plant.

Project Team Manager, WTP Expansion, Valdosta, GA, 2006-2008. Mr. Duff served as CDM’s project manager for the EPCM expansion of the City’s WTP from 15 mgd to 23 mgd as designed by CDM. He was responsible for all aspects of the project execution, including budget, schedule, quality, safety, and coordination of the work to minimize service interruptions at the operating plant. Mr. Duff also managed the performance of locally procured subcontractors to ensure on-time completion within the GMP budget.

Project Team Manager, Effluent Pump Station Improvements, Orange County, FL, 2000-2001. Mr. Duff managed the D-B of a $3.2M project to upgrade pumps and controls for the County’s 14-mgd Sand Lake Road WWTF effluent pump station. The project included adding a new pump, six variable frequency drives, six new 1,000-horsepower pump motors, an HVAC system, and instrumentation. The project also included the rehabilitation of five 6,500-gpm vertical turbine pumps. Mr. Duff managed the project budget and schedule, oversaw crews and subcontractors, managed safety, and provided quality control. He successfully managed work without disrupting ongoing operations.

Project Team Manager, North Reverse Osmosis (NRO) Facility Wellfield Expansion, Dare County, NC, 2002-2004. Mr. Duff served as CDM’s project manager for the CMAR expansion of the wellfield, providing raw water to the NRO Facility as designed by CDM. He was responsible for all aspects of the project execution, including budget, schedule, quality, and safety. Mr. Duff led the procurement of subcontractors for the execution of the construction work in accordance with the North Carolina statutes governing construction management-at-risk and managed their performance to achieve on-time completion 14 percent under the GMP budget.

Project Manager, Countywide SCADA System, Orange County, FL, 1999-2004. For Orange County Utilities, Mr. Duff managed the D-B installation of a state-of-the-art SCADA system that is capable of monitoring between 455 and 1,000 sewage lift stations and providing remote system controls and operational information to three WWTPs and related facilities. CDM completed a radio survey of County sewage lift stations and delivered PLCs, radios, appurtenances, and computers that are fully integrated with the County’s existing systems. CDM also installed a new control center for the lift station SCADA system.

Page 64: Soq For Rfq 09 08 Cdm

Charles J. Voss, P.E., BCEE – QA/QC Review Team (Design & Drawings) Education ■ M.E. – Environmental Engineering, University of

Louisville, 1976 ■ B.S. – Environmental Engineering, University of

Louisville, 1974

Professional Registrations and Numbers ■ Professional Engineer: Kentucky (1979), Mississippi,

Louisiana, Arkansas, Florida No. 35443, Expiration: 28-Feb-2011

Mr. Voss is a senior specialist in the areas of water treatment and distribution systems, wastewater, stormwater, and combined sewer collection and treatment facilities. His experience includes direct responsibility for utility master plans, as well as the preliminary and final design and construction of water, wastewater, stormwater, and combined sewer overflow facilities for a number of municipalities and industries throughout the Midwestern and Southeastern United States. Mr. Voss is responsible for training, mentoring, and guiding CDM project managers in the implementation of CDM’s best practices in D-B delivery throughout the Southeast US and the Caribbean.

Design Manager, Okaloosa County Arbennie Pritchett Water Reclamation Facility, Okaloosa County, FL, 2007-Ongoing. Okaloosa County Water and Sewer Department owns and operates the 6.5- mgd Garniers wastewater treatment plant (WWTP); however, due to the plant’s age, location, and operational performance, the county decided to construct a new WWTP. CDM was selected to design, construct, outfit, start up, performance test, and obtain permits for the new Arbennie Pritchett WRF, which has been designed to initially treat 10 mgd with flexibility for future expansion. Mr. Voss served as the design manager for this $49 million D-B project. His services include overseeing the design and coordinating the design with the construction of th e 10-mgd biological nutrient removal facility, which includes fine screens, vortex grit removal, 4-stage Bardenpho®-Carrousel®, final clarification, ultraviolet disinfection, reclaimed water pumping, biosolids thickening using a rotary drum thickener, aerobic digestion, and centrifuge dewatering. The project also includes site development and administration and maintenance buildings.

Senior Advisor, WWTP Upgrades, Kingsport, TN, 2006-2011. Mr. Voss is serving in an advisory role and provides direction and guidance to the project team in regards to improvements to the 12.5 mgd average daily flow (ADF) (30-mgd peak) WWTP project. CDM is providing EPCM services on this $22.3 million project. The project involves the design and construction of improvements to an existing facility in order to comply with a consent order. The design phase included: improvements to the influent pump station, yard piping improvements and flow splitting devices for several unit processes, upgrades to the plant aeration process, addition of a fourth final clarifier, improvements to the sludge pumping system, and additional sludge digestion capacity. Mr. Voss facilitated a 5-day design workshop onsite in Kingsport with the owner, designers, and constructors to resolve the form and function of the project and to establish the project budget. As design progressed, the project was monitored and value engineering ideas were implemented to keep the design under budget. A Guaranteed Maximum Price (GMP) was negotiated when design was 95 percent complete and the GMP was within the client’s original budget. Mr. Voss is also providing guidance for the construction phase of the project which includes managing the construction of the improvements as the construction general contractor.

Deputy Project Manager and Design Manager, Upgrade and Expansion of South Service Area WRF, Orange County, FL, 2000-2004. The South WRF is Orange County’s largest WWTP serving busy housing, industrial, commercial, and tourism-related developments in southwest Orange County. Orange County Utilities (OCU) enlisted CDM, in a Joint Venture Partnership with Sverdrup Civil, to provide design and construction management at risk services for Phase IV of the South WRF project including multi-phase improvements to boost the capacity of the facility from 30.5 mgd to 43.0 mgd, all within the limits of the existing site. The project started in June 2000 and was completed in December 2004 at a cost of $56.5 million. Mr. Voss served as deputy project manager for the overall project, and also the design manager for the design and program management of the project which involved converting a 7.5-mgd oxidation ditch to a 20.5-mgd step feed reactor. The project also required the installation of disk filters, four new 165-ft diameter clarifiers, new belt thickeners, improvements to anaerobic digestion and dewatering facilities, including new odor control, and new chemical storage and feed facilities.

Deputy Project Manager, Design Manager, and Engineer of Record, Navy WTP Upgrade, Orlando, FL, 1998-2002. Mr. Voss served as Deputy Project Manager, Design Manager, and Engineer of Record for the design-build (D-B) expansion and upgrade of an existing 5 million gallon per day (mgd) facility to a new 10-mgd facility. CDM, teaming with Vogel Bros. Building Co., served as the single point of responsibility for delivery of the $18 million project. The project consisted of replacing existing activated carbon reactors with high concentration ozone

Page 65: Soq For Rfq 09 08 Cdm

Charles J. Voss, P.E., BCEE

treatment to remove hydrogen sulfide. The project also included a new 1,400-foot deep raw water supply well; skid mounted ozone generation and offgas destruct equipment; two new 5-mgd ozone contactors; liquid oxygen (LOX) storage facilities; evaporators, chlorine, caustic, and fluoride storage and feed facilities; control room; demolition of existing facilities; an electrical yard with an emergency generator for backup power; and overall site improvements.

Deputy Project Manager, Design Manager and Engineer-of-Record, OUC Conway WTP Upgrade and Expansion, Orlando, FL, 1996-1998. The Orlando Utilities Commission (OUC) implemented an upgrade of its Conway WTP as one part of the comprehensive Water Project 2000 program. The project, delivered using the Engineering, Procurement, and Construction Management-at-Risk (EPCM) approach, upgraded the plant from 15 to 32 mgd. CDM, teaming with Vogel Bros. Building Co., served as the single point of responsibility for delivery of the $18.6 million project. Mr. Voss was the deputy project manager as well as the design manager and engineer-of-record. Tasks included design, permitting, and construction of liquid oxygen storage facilities; evaporators, ozone generation, and contact tanks; offgas destruct units, chemical storage and feed systems, including chlorine, fluoride, and caustic; a new 3.5-MG ground storage reservoir; a new 40-mgd high service pumping station, and an all new electrical power system with standby generator.

Senior Advisor, Design and Construction of Three Brackish Water Wells, Charlotte and Lee Counties, FL, Ongoing. This $22 million program involves the design and construction of three brackish water wells; a raw water transmission main; a 0.5-mgd (expandable to 9.0 mgd) water treatment plant, including process building, LPRO membrane treatment, chemical storage and feed, and finished water ground storage; a new 0.20-mgd (expandable to 7.0 mgd) wastewater treatment facility, including sequencing batch reactors, chemical storage and feed, disinfection and reclaimed water ground storage; a new deep injection well for LPRO concentrate and wet weather reclaimed water discharge, and site development.

Page 66: Soq For Rfq 09 08 Cdm

Kenneth A. Klinko, P.E. – QA/QC Review Team (Water Process) Education ■ B.E. – Engineering (Chemical Engineering),

Youngstown University, 1970

FL Professional Registrations and Numbers ■ Professional Registration: California (Title Act),

No. MF3607, Expiration: 30-Aug-2011

Mr. Klinko has more than 38 years of industrial experience, including 28 years in water purification utilizing reverse osmosis (RO), ultrafiltration (UF), and microfiltration (MF) membrane processes. He draws on his extensive experience to manage all phases of water purification systems delivery, from establishing the strategic needs of clients and determining treatment process specifications, risks and benefits; to procurement contract analysis and the operations of membranes in a successful system. He has a broad range of knowledge of commercial state-of-the-art membranes from their manufacturing to their long-term performance. Mr. Klinko has provided professional consulting to clients in need of a resource with both technical knowledge of membrane processes and the commercial issues associated with membrane contracts and warranties. His consulting focused on providing successfully managed solutions for a range of client issues that may arise from consideration of a membrane treatment plant.

During his tenure at CDM, Mr. Klinko has been involved in developing and assisting in the management of design-build projects, including those featuring all types of membrane processes. He has also been active in advising specific clients about current membrane industry practice with regards to process and commercial issues. He also serves as an internal resource for membrane treatment best practices. Representative projects on which he has advised the firm in the development and management include:

Project Consultant, Desalination Facility, Sand City, CA, 2009. For this reverse osmosis desalination facility, Mr. Klinko provided design details for a high-pressure membrane plant that had to treat a variable feed source. The facility was designed to use the latest energy recovery devices with an operating strategy utilizing off-peak energy rates.

Process Consultant, Coal-Bed Methane Produced Water Initiative. Mr. Klinko collaborated with others within CDM to develop a unique high-recovery process that includes, at its core, ion exchange and multiple membrane separation stages to recover produced water in this industry up to near zero-liquid-discharge levels.

Mr. Klinko has advised on the integration of ultrafiltration and reverse osmosis membranes for wastewater reclamation of both municipal and industrial wastewaters. Representative private clients include Frito Lay and Pebble Beach Water Company, and examples of municipal design-build reclamation systems include Bullhead City Arizona.

Consultant, Tesla Disinfection Facility, San Francisco, CA, 2008. Mr. Klinko has played a key role in the proposal for the San Francisco Public Utilities Commission Tesla ultraviolet light and the improved chemical disinfection facilities. This new approximately $100 million design-build pursuit is intended to replace existing disinfection facilities for the entire water supply.

Past President/Chief Operating Officer, Hydranautics. Hydranautics is a recognized world leader in the membrane separation industry through innovative technology. As a former President and Chief Operating Officer, Mr. Klinko led the company in successive years of top-line growth, doubling the company’s revenue in five years with corresponding increases in profit. Through Mr. Klinko’s market vision, the company began new product initiatives in UF and MF with capillary membranes that expanded the core technology of the company into new markets. During his tenure, the introduction of a more specialized product line for dairy and other special separations expanded the market for the company’s products beyond water applications, and the acquisition of a UK-based company with intellectual property for unique capillary membrane chemistry to ensure a differentiated lower fouling product led to new markets.

In his early career with Fluid Systems, as part of the Process Design Group, Mr. Klinko was responsible for designing RO membrane systems, including seawater desalination applications, in response to various specifications and bid documents for customers, and specifying the quality of pretreated water for those systems. Later, as Manager of the Market Support Group, he had the responsibility of making sure all process designs for projects bid the global market were technically correct and in accordance with the established technologies and

Page 67: Soq For Rfq 09 08 Cdm

Kenneth A. Klinko, P.E.

commercial warranty positions of the company. During the time Mr. Klinko spent as Eastern US Regional Manager for Fluid Systems, he participated in many pilot studies in the developing Florida brackish RO and nanofiltration market. Currently existing systems for which he was involved in the initial membrane process piloting and design include the City of Venice, Florida (brackish RO membrane system retrofit); Town of Jupiter, Florida (brackish RO membrane pilot plant); City of Plantation, Florida (nanofilter membrane pilot plant and system); Dare County, North Carolina (brackish RO membrane pilot and system); City of Ft. Myers, Florida (nanofilter membrane pilot plant and system); and Palm Beach County (nanofilter membrane pilot plant).

Regional Sales Manager. For Fluid Systems, a division of UOP/Allied Signal, Mr. Klinko was responsible for technical sales in the U.S. east of the Mississippi. Mr. Klinko and his staff bid on municipal and industrial projects through Original Equipment Manufacturers (OEM’s) in the region.

Technical Support Manager. Also at Fluid Systems, Mr. Klinko managed engineers who assisted outside sales personnel in the evaluation of technical positions for various customer inquiries, and customer service personnel who processed all internal orders. He and his group designed membrane processes in response to the various bid specification documents. Mr. Klinko interfaced directly with customers in assisting with technical questions relating to membrane products and analyzed the customer requirements of a particular membrane separation and matched the most appropriate product with those requirements.

Senior Engineer. In the Hydrocarbons Division of Union Carbide Corporation, Mr. Klinko began his career by providing technical analysis of plant issues, engineered improvements to the process, and generated daily technical instructions for the operations of the facility.

Page 68: Soq For Rfq 09 08 Cdm

Trudi K. Williams, PE QA/QC Review Team (Permitting)

TKW Consulting Engineers 1 Williams

Credentials • Florida House of

Representatives, Member • South Florida Water

Management District Governing Board 1999-2004, Chair 2001-2003

• Federal Reserve Bank of Atlanta, Small Business, Agriculture and Labor Advisory Council 2002-2004

• B.S. in Civil Engineering, 1981, Florida International University

Professional Registrations Licensed Professional Engineer, FL: # 44193 Professional Affiliations • House Chair, Committee on

Environmental Protection • House Environment & Natural

Resources Council • Big Cypress Basin Board, Ex-

Office Chairperson 1999-2004 • Corkscrew Regional Ecosystem

Watershed Trustee • Charlotte Harbor National

Estuarine Program, Policy Board Member 1999-2004

• Babcock Preservation Partnership Inc., Trustee (Founding Member)

• National Society of Professional Engineers

• Florida Engineering Society • American Water Works

Association • American Consulting Engineers

Council • Florida Institute of Consulting

Engineers Founded TKW: 1989 Prior Years Experience: 10

Her extensive experience and network of contacts has been built through years of professional representations and negotiations with local, state, and federal government agencies. On behalf of clients, she has successfully negotiated with agencies such as the Florida Department of Environmental Protection, the U.S. Army Corps of Engineers, the South Florida Water Management District, and the Department of Environmental Protection. Her gubernatorial appointment to the South Florida Water Management District Governing Board, and subsequent election to Board Chair, provided her with hands-on experience dealing with complex regional issues and the balancing of conflicting interests. In 2004, she was elected to the Florida House of Representatives for District 75, and in 2006, she was re-elected to a second term. Selected Project Experience Education Project Management of Multiple Projects at Florida Gulf Coast University Principal in Charge for Civil Projects

• South Housing and Roads • Fine Arts building • Academic III building • Design and wastewater permitting of the central energy plant • Master plan of wastewater collection system • Boardwalk spanning a SFWMD wetland site (Fort Myers, FL)

Municipal / Institutional Lee County Public Works Facility Fort Myers, FL Project Manager Site design for the entire Lee County Public Works Facility, including parking, sewer collection, potable water, storm water management, parking and related permitting Harlem Heights Roadway Fort Myers, FL Project Manager Design and permitting of water lines and gravity sewer system for new roadways to include water line replacement, ditch crossings, and bridge aerial crossings for Harlem Heights subdivision. Aviation / Ports Southwest Florida International Airport, Fort Myers, FL Principal in Charge and Project Engineer Annual DRI Traffic Update, including a report on capacity analysis and level of service analysis for seven signalized intersections and one un-signalized intersection Page Field and Southwest Florida International Airports, Fort Myers, FL Project Manager Annual comprehensive site evaluation of for NPDES compliance, requiring the preparation of a Storm Water Pollution Prevention Plan, Best Management Practices Documents, and Environmental Protection Agency permit application

Page 69: Soq For Rfq 09 08 Cdm

Trudi K. Williams, PE QA/QC Review Team (Permitting)

TKW Consulting Engineers 2 Williams

Water Florida Dept. of Children & Families – Gulf Coast Center, Buckingham, FL Principal in Charge Design, permitting, and construction of three miles of water main, water storage tanks and pump house for the Center, including demolition of the existing 0.2 MGD water treatment plant and conversion of existing potable wells to irrigation wells Wastewater City of Fort Myers East Water Reclamation Facility, Fort Myers, FL Principal in Charge and Permitting Liaison New, $70 million facility with an estimated final capacity of 12 MGD on a 70-acre site Fiesta Village Advanced Wastewater Treatment Plant, Fort Myers, FL Principal in Charge Upgrade from 2.5 MGD to 5.0 MGD capacity Gateway Wastewater Treatment Plant, Fort Myers, FL Principal in Charge Design for $20 million (phase 1) upgrade and expansion from 0.05 MGD to 8 MGD in four phases and a 3-mile force main extension Bonita Springs Golf & Country Club WWTP, Fort Myers, FL Project Manager: Permitting, coordination, design, and construction management of the 0.5 MGD wastewater treatment plant with Class One reliability for reuse. Ongoing Engineer of Record for Utility. Matlacha Wastewater Treatment Plant, Fort Myers, FL Project Manager Study of the relocation and connection to the City of Cape Coral of the troubled plant at Matlacha for Lee County Utilities Fiddlesticks Country Club WWTP, Fort Myers, FL Principal in Charge Upgrade to of capacity to 0.150MGD and improvements; Engineer of record for over 15 years Ave Maria Utilities, Immokalee, FL Owner’s representative for all water and wastewater utilities and infrastructure for the new Ave Maria University and town

Commercial Buckingham 320, Buckingham, FL, Fort Myers, FL Principal in Charge Complete site development for a 640-unit subdivision City of Fort Myers – Yacht Basin Principal in Charge Facility Renovations and Improvements City of Fort Myers Downtown Redevelopment, Fort Myers, FL Principal in Charge Assisted City of Fort Myers on permitting relating to several, high-profile downtown projects NPDES – Lee County, FL Project Manager The National Pollutant Discharge Elimination System (NPDES) permitting filed with EPA for the major drainage locations and field testing for Pine Island, Matlacha, Upper Captiva and northwest Lee County Florida for the Lee County Department of Natural Resources Gasparilla Rip-rap and Seawall Reconstruction, Boca Grande, FL Project Manager 3,200 linear feet of structural rip-rap along a gulf course in the Class I Outstanding Florida Waters of Charlotte Harbor. The project required extensive sea grass and mangrove mitigation, and extensive permitting and coordination efforts with the USACOE, Fish and Wildlife and the SFWMD.

Page 70: Soq For Rfq 09 08 Cdm

Mr. Prah has over 24 years of experience in WTP design. Of most importance to LCU is the fact that Mr. Prah has managed and was the Engineer-of-Record for numerous WTP design effort CDM has performed in South Florida—97 mgd of membrane plants over the past seven years. These projects include the PBCWUD, WTP No. 9 27-mgd nanofiltration facility; the extensive renovation and upgrade of Palm Beach County WTP No. 3 to a 30 mgd nanofiltration facility; the facility improvements to Palm Beach County WTPs Nos. 2, 8, and 9; the No. 8 capacity rerating; and recently, the Palm Beach County 10-mgd LPRO Lake Region WTP. Mr. Prah’s tireless dedication to exemplary project delivery is recognized by his clients. Additionally, Mr. Prah has successfully delivered WTP improvement expansions for the City of Cocoa Beach, the City of Ormond Beach, and the Orlando Utilities Commission.

Project Manager, Lake Region Water Treatment Plant and Wellfield Improvements, Palm Beach County, FL, 2001-2008. Mr. Prah served as project manager for the design and construction of a 10.0-mgd LPRO WTP to serve the cities of Belle Glade, South Bay, and Pahokee. The WTP replaces three surface water plants for each city, which used Lake Okeechobee as a raw water source. The design included a 10-mgd LPRO WTP, a raw water Floridan aquifer wellfield, a raw and finished water pipeline, and deep injection well for concentrate disposal. It also included the addition of a 750 lb/day on-site sodium hypochlorite generation system.

Project Manager, Surface WTP, Uprating Program, and Ninth Filter Addition, Veolia Water Company, Tampa Bay, FL, 2002. Mr. Prah served as project manager for the final design and uprating program to the 66-mgd surface WTP. The program documented and uprated WTP capacity from 66 mgd to 72 mgd, including the addition of a ninth dual media filter.

Technical Reviewer, LPRO WTP, Clewiston, FL, 2007. Mr. Prah served as technical reviewer for the design of a new Floridan aquifer raw water supply and LPRO WTP. The project includes: A raw water system consisting of four upper Floridan aquifer wells, submersible well pumps, wellhead assembly, raw water transmission piping to the WTP, and associated electrical and instrumentation improvements; treatment process utilizing LPRO, with a design recovery rate of 75 percent and a raw water blending rate of up to 7.5 percent, and concentrate disposal through one new deep injection well.

Project Director, LPRO WTP Pilot Plant, Preliminary Design and Final Design, Ormond Beach, FL, 2005-2008. Mr. Prah served as the project director for the pilot plant testing and preliminary and final design of a 2/4 mgd LPRO expansion to an existing 8-mgd lime softening plant. The total plant capacity of the plant after the expansion is 10/12 mgd. This project also included the design of a 1,800 lb/day on-site sodium hypochlorite generation system, replacing an existing chlorite gas system.

Project Manager, WTPs No. 2, 8, and 9: Final Design and Construction Services, Palm Beach County, FL, 2006. Mr. Prah served as project manager for final design and limited construction services for the installation of additional high service pumps and emergency electrical generators at WTPs No. 2, No. 8, and No. 9. This expansion project included the addition of two 1,200 lb/day on-site sodium hypochlorite generation system at WTP No. 2, replacing an existing chlorine gas system.

Project Manager, Construction Services, WTP No. 3, Palm Beach County, FL, 2002-2005. Mr. Prah was involved in the construction management services for a three-year construction project replacing the existing 10-mgd lime softening plant with a 30.0-mgd expansion of the existing 9.4-mgd membrane softening plant.

Project Manager, WTP No. 3, Palm Beach County, FL, 2005. Mr. Prah provided management responsibilities for design of a 30.0-mgd membrane softening expansion of an existing 9.4-mgd membrane softening plant. This project involved demolition of an existing lime softening plant operation during expansion. This expansion included the addition of three 1,200 lb/day on-site sodium hypochlorite generation system, replacing an existing chlorine gas system.

Project Manager, Final Design and Construction Services for a 27.0-mgd WTP No. 9 Membrane Softening Facility Expansion, Palm Beach County, FL, 2003. Mr. Prah served as project manager for the design and construction services, which involved the replacement of the existing lime softening plant with a 27.0-mgd membrane softening expansion. This expansion also included the addition of three 1,200 lb/day on-site generation systems, replacing an existing gas chlorine system. Mr. Prah was also the project manager during construction, which involved a three-year construction project replacing the existing lime softening plant while maintaining the existing plant operations.

David J. Prah, P.E., BCEE – Project Manager Education ■ B.S.E. – Environmental Engineering, University of

Central Florida, 1985

Professional Registrations and Numbers ■ Professional Engineer: Florida (1990), No. 43393,

Expiration: 28-Feb-2011

Page 71: Soq For Rfq 09 08 Cdm

David J. Prah, P.E., BCEE

Project Manager, Preliminary and Final Design of Water Treatment Plant No. 9, Palm Beach County, FL, 1999-2004. Mr. Prah served as the project manager during the preliminary and final design of this 22-mgd nanofiltration membrane treatment plant. This project involved the replacement of an existing lime softening process with membrane softening with an essentially complete renovation of facilities at the existing WTP No. 9. The facility will utilize raw upper Floridan aquifer water as a blend water with the membrane permeate water.

Project Manager, Membrane Conversion for Water Treatment Facility Seacoast Utility Authority, Palm Beach Gardens, FL, 2006-2009. Seacoast Utility Authority (SUA) concluded that it was necessary to secure future raw water supply sources, potable water treatment facilities, finished water distribution, and concentrate disposal capabilities to meet the growing potable water needs of the Authority’s service area. The Authority contracted CDM for the design of a new 30.5-mgd finished water capacity membrane facility using both nanofiltration and low pressure reverse osmosis. Additional services include the conversion of the existing finished water tanks and high service pumps to a potable water repump facility. Mr. Prah is serving as the project manager for this project.

Project Manager, City of South Bay, Palm Beach County, FL, 2001. Mr. Prah managed the design of improvements to a surface WTP for the City of South Bay that was in non-compliance for pH and Trihalomethalene (THM) levels in the finished water. This project was conducted as a design-build project through CDM’s construction services division. The improvements for the pH and THM control included replacement of the dual media in the filters, rehabilitation of an existing transfer pump, the addition of carbon dioxide for pH control, and the addition of ammonia to form chloramines for THM control.

Project Engineer, OUC Conway WTP Upgrade and Expansion, Orlando, FL, 1996-1998. A part of the Water Project 2000 program, this project involved increasing the plant’s ground storage system and high-service pumps, and utilizing ozone for oxidation of the hydrogen sulfide within the raw water source. Mr. Prah was involved in the mechanical design of the chlorine building modifications, the 5.0 MG ground storage tank, the chemical metering and bulk storage, the on-site liquid oxygen storage system and the heat exchange design, the off gas blowers, the coolant cooling water pumps, and the high service pump station.

Project Manager, WTP No. 3 and WTP No. 9 Conversion to LPRO Process Engineering Study, Palm Beach County, FL, 2006. Mr. Prah served as the project manager for this desktop evaluation to determine the feasibility of converting WTP No. 3 and WTP No. 9 from nanofiltration plants to LPRO plants.

Project Engineer, Ormond Beach Division Avenue Wellfield Replacement, Ormond Beach, FL, 2005. The City of Ormond Beach had plans to widen Division Avenue; however, the city’s most critical wellfield was located directly in its path and construction on Division Avenue could not begin until the wells were relocated. The city solicited CDM to relocate four treated water wells 50 feet away from their original location. The water wells measured between 150 and 300 feet in depth. Mr. Prah performed engineering design services for the pump houses after they were set in place. During the relocation, the water flow to each well was controlled by valves and diverted to active wells; therefore, the city experienced no interruption in water service. This design-build wellfield replacement project also involved the replacement of four existing 500 gpm potable water wells with four new 500 gpm well houses.

Project Manager, WTP No. 8 Final Design and Construction Services, Palm Beach County, FL, 2006. Mr. Prah served as the project manager for design and construction of a 10.0-mgd lime softening plant expansion to the existing 20-mgd lime softening plant. The plant expansion included a 10.0-mgd lime softening reactor clarifier, four new dual media filters, an anionic exchange resin system for color removal, high service pump upgrades, an upgrade of the on-site sodium hypochlorite generation system to 6,000 lb/days, and additional process modification.

Page 72: Soq For Rfq 09 08 Cdm

Dr. Thompson is an environmental engineer with 30 years of experience in water and wastewater treatment process and design. He has acted as project manager or project director for numerous water process and design projects. Dr. Thompson has completed assignments in large-scale potable water planning and alternatives analysis; piloting and design of membrane water treatment plants; process studies and detailed design involving ultraviolet light, ozone and aeration; indirect potable treatment plant studies and design, and construction management. He has also served as a contract consultant to a large municipal water and wastewater utility and is intimately familiar with the operations, maintenance, and design aspects of municipal water, wastewater, and reclaimed water service. He provides technical document review and technical guidance on an ad-hoc basis for water treatment and indirect potable reuse projects on a frequent basis within the firm.

Process Design, 8-mgd Low Pressure Reverse Osmosis (LPRO) Membrane Treatment Plant, St. Johns County, FL, 2006. Dr. Thompson provided process review and design services for the 8.0 mgd reverse osmosis WTP improvements. This plant, utilizing low pressure RO membranes, replaced the existing 7.5 mgd lime softening WTP allowing the Utility Department to reduce its reliance on surficial aquifer wells and complying with the terms of a new 20-year CUP issued by the St. Johns River Water Management District. This plant was constructed by a CDM-led team utilizing D-B delivery. Dr. Thompson provided process design evaluation, preliminary design, and design assistance. The facility, one of the first LPRO membrane facilities in northeast Florida, utilizes the Upper Floridan aquifer which is expected to degrade with respect to chloride and sulfate with extended pumping. The facility will utilize surface water discharge of the concentrate co-currently with wastewater effluent.

Project Director, Lake Region Water Treatment Plant (WTP), Palm Beach County, FL, 2001-2008. This project involves the design and construction of a new, inland low pressure reverse osmosis (LPRO) facility using brackish Floridan aquifer source water. The 10-mgd facility, which includes 9.5–mgd of LPRO permeate and 0.5-mgd of pretreated raw water blend and located near Lake Okeechobee, will be the first in-land LPRO facility in Florida. Dr. Thompson has directly participated in and directed the activities relating to the conceptual alternatives analysis report, preliminary engineering report, preliminary design report, and final design efforts. The new facility, substantially completed in April 2008 includes a new wellfield; complete treatment facility including on-site generation of sodium hypochlorite, alkalinity and hardness adjustment, and degasification with off-gas odor control; and a new deep injection well for concentrate disposal. Dr. Thompson also provided input into the design and construction of new pilot plant facilities providing side-by-side testing of three sets of membranes, each on a full-pilot scale basis.

Project Director, 30.5-mgd Low Pressure Reverse Osmosis/Nanofiltration (LPRO/NF) Water Treatment Plant Project, Seacoast Utility Authority, FL, 2007-Ongoing. For the Seacoast Utility Authority, located in Palm Beach County, Florida, Dr. Thompson is serving as the project director for the design of new membrane facilities to replace the current lime softening plant. The new facility will include 26.0 mgd of NF capacity, 3.5-mgd of LPRO capacity, and 1.0 mgd of pre-treated raw water blend water. Dr. Thompson also is overseeing pilot plant operations at each of the Authority’s five wellfields.

Technical Support, Low Pressure Reverse Osmosis Treatment Process Design, Clewiston, FL, 2007. Dr. Thompson provided technical support for the design of a new 3-mgd Floridan aquifer raw water supply and low pressure reverse osmosis (LPRO) water treatment plant. The raw water system consists of four upper Floridan aquifer wells, submersible well pumps, wellhead assembly, raw water transmission piping to the WTP, and associated electrical and instrumentation improvements. The treatment process utilizes low pressure reverse osmosis, with a design recovery rate of 75 percent and a raw water blending rate of up to 7.5 percent.

Design Director, 30-mgd WTP #3 Nanofiltration Membrane Treatment Plant, Palm Beach County, FL, 1999-2005. This project involves the relocation and expansion of an existing 9.5-mgd membrane facility at WTP #3 with extensive replacement of current support processes. The facility will be designed to utilize chloramines as the primary and secondary disinfectant to meet current State of Florida regulations while waiting for the Groundwater Disinfection Rule. This project also includes an onsite sodium hypochlorite generation system

Donald M. Thompson, Ph.D., P.E. – Project Engineer Education ■ Ph.D. – Environmental Engineering, University of

Central Florida, 1995 ■ M.S. – Environmental Engineering, University of

Florida, 1981 ■ B.S. – Zoology, University of Florida, 1976 Professional Registrations and Numbers ■ Professional Engineer: Florida (1986), No. 36895,

Expiration: 28-Feb-2011

Page 73: Soq For Rfq 09 08 Cdm

Donald M. Thompson, Ph.D., P.E.

to replace the chlorine gas system. The facilities design includes a new anhydrous ammonia storage and feed system for use in a distribution system disinfection system using chloramines. The facility will utilize raw local surficial aquifer water as a blend water with the membrane permeate water.

Process Design Manager, WTP Expansion, Valdosta, GA, 2006-2008. Dr. Thompson provided process design services for the supply engineering, design, permitting, bidding, and construction services for improvements to the City of Valdosta’s WTP under a GMP. The Valdosta WTP operated with a rated capacity of 15 mgd. Plant process units include forced draft aeration with offgas scrubbers, ozonation using LOX feed gas for primary disinfection, color reduction and modification of disinfection by-products (DBP) precursors; and post treatment, storage and high service pumping. Dr. Thompson was part of the design team in charge of selecting the optimal treatment process to correct plant deficiencies and expand the facility capacity from 15 to 22.5 mgd.

Design Director, 27-mgd WTP #9 Nanofiltration Membrane Treatment Plant, Palm Beach County, FL, 1999-2004. This project involved the replacement of an existing lime softening process with membrane softening with an essentially complete renovation of facilities at the existing Water Treatment Plant (WTP) No. 9. This project also includes an onsite sodium hypochlorite generation system to replace the chlorine gas system. The facility will utilize raw upper Floridan aquifer water as a blend water with the membrane permeate water. Also for Palm Beach County, Dr. Thompson completed a treatment process alternatives analysis for WTP No. 9 that involved the conceptual design and cost estimate for a 20-mgd treatment facility utilizing both low pressure reverse osmosis (RO) and nanofiltration. The alternatives analysis also involved lime softening with ozone and granular activated carbon (GAC) treatment and ion exchange for organic carbon reduction. The anticipated use of Upper Floridan aquifer water as a raw water source for this facility represents a new water supply approach in the Palm Beach County area.

Process Expert, Regional Surface WTP Expansion, Tampa Bay Water, Tampa, FL, 2007-2010. For the expansion of the Tampa Bay Regional Surface WTP from 72-mgd to 120 finished water capacity, Dr. Thompson provided process and mechanical design direction as well as production of the Preliminary Design Report. The expansion included two new 33-mgd ACTIFLO™ units, two new 33 mgd ozone contact chambers, a new 2,000 ppd ozone generation system with LOX feed gas, additional filters to accommodate an additional 48-mgd of net filtered water, chemical feed and storage facility expansion, and expansion of the residuals handling system.

Process Designer, 66-mgd Design-Build-Operate (DBO) Surface WTP, Tampa Bay Water, Tampa, FL, 2002. This project involved the process selection and design of a 66-mgd surface water facility to serve Tampa Bay Water. The project, performed as a team with USFilter Operating Services Inc., CDM and Clark Constructors, Inc. utilized high rate ballasted sedimentation (ACTIFLO Process), ozonation for primary disinfection and color reduction, biologically active filtration, and secondary disinfection using chloramines. He was in charge of all process engineering and mechanical design of the ozone, filtration, and wet chemical systems.

Project Director, 10-mgd WTP #8 Expansion, Palm Beach County, FL, 2001. Dr. Thompson provided technical oversight and engineering services for a 10-mgd lime softening capacity expansion at WTP #8. New facilities included a 10-mgd ACCELATOR™ solids contact clarifier, a 10-mgd post-treatment anionic exchange resin system, and three new multi-media filters. In addition, existing chemical storage/feed systems and residuals handling systems were upgraded.

Technical Reviewer, Glades Road Water Treatment Plant 40-mgd Nanofiltration Treatment Process Addition, Boca Raton, FL, 2000-2005. For the City of Boca Raton’s Water Treatment Plant Membrane Softening Process Evaluation Conceptual Design Report, Dr. Thompson provided the quality assurance/quality control review of the development of the technical criteria used in the conceptual design.

Pilot Studies Director, Miami-Dade Water and Sewer Department, Miami-Dade County, FL, 1998. Dr. Thompson directed a one year membrane pilot study at two WTPs, “Hialeah and Preston” for the purpose of developing cost and performance data. The performance data was used for the conceptual design of new treatment capacity and facility retrofits to lime softening processes. The Hialeah WTP pilot plant was operated, monitored, and sampled to meet pilot scale study requirements of the Safe Drinking Water Act’s Information Collection Rule.

Project Engineer, Regional Surface Water Treatment D/B/O, Tampa Bay Water, FL, 2000. Dr. Thompson has assisted in the develop-ment of water quality standards for master supply contracts with the member governments. In support of these standards, he prepared standard unit costs for various treatment technologies to be used for credits to participating member governments. Dr. Thompson has also participated in the review of alternative water supply facilities for the Authority including process selection for a 60 mgd surface water treatment plant.

Page 74: Soq For Rfq 09 08 Cdm

Dennis A. Mucha – Construction Manager Training ■ Competent Person Awareness ■ Trenching, Shoring and Escalation Safety Training ■ Fall Protection and Confined Space Entry Training ■ OSHA 10-hour Construction Health and Safety ■ Hazardous Waste Refresher ■ 8-hour Course CPR/First Aid Training

Professional Registrations and Numbers N/A

Throughout his extensive construction career, Mr. Mucha has served as project/construction superintendent and construction manager on numerous water and wastewater treatment facilities throughout the southeast. He has over 30 years of experience in the construction industry, including over 15 years of field civil experience and mechanical supervisor experience. He has supervised projects up to $28 million in size, and earned the Eagle Award of Excellence in 1998 from the Associated Builders and Contractors Inc. of Florida. He is skilled in all types of formwork, gang forms, concrete design and pour techniques, beam, column, and reinforced steel construction methods. His respon-sibilities have included budget and schedule control, equipment procurement, sub-contractor coordination, health and safety management, quality control, oversight of daily construction operations, and plant startup operations, as well as troubleshooting and resolving problems.

Construction Manager, CR 214 Deep Wells and Raw Water Lines, St. Johns County RO Plant and Startup, St. Johns County, FL, 2007. Mr. Mucha was responsible for the delivery of the contractual scope and schedule and budget throughout the construction phase. He was also a key contributor to the planning, constructability review, safety, Maintenance of Plant Operation (MOPO) planning, start-up and commissioning of the new facilities. As part of the CR 214 WTP project CDM has designed a 13,500 linear feet 36 inch diameter raw water main from the county’s wellfield site to the water plant site. The pipe line serves to supply raw water from the four new upper Floridan wells to the new membrane water treatment plant. As part of the water plant improvements for the Northwest WTP, CDM has designed a 4,100 linear feet of new 36 inch raw water main supply water to the expanded plant. This pipe will convey water from three existing upper Floridan raw water wells and future wells to the water plant. The existing Northwest WTP was expanded using aeration and chlorination. The new expanded plant is capable of treating a flow of 9 mgd. The plant is located on International Golf Parkway off of Interstate 95 in the north part of St. Johns County. CDM initiated construction of the planned improvements utilizing local vendors and subcontractors to complete a significant percentage of the work. The CR 214 WTP raw water main has been completed and the WTP was started-up by March 2007. The Northwest WTP raw water main was completed in May 2007 and the WTP expansion was completed and started-up by December 2007.

Construction Manager, Northwest Master Lift Station Upgrades, St. Johns County, St. Augustine, FL, 2008. Mr. Mucha oversaw the removal of the Northwest Master Lift Station pump house and pumps and relocated to the new Master lift station location in the close proximity to existing plant. Mr. Mucha oversaw the installation of various size ductile iron pipe from 4-inch to 30-inch and various stringent tie-ins. To maintain plant operations they set up two temporary bi-pass pumps to pump around existing plant while the existing pumps were being removed and reset in new locations. Mr. Mucha also oversaw the concrete form work and placement of re-steel as well as the concrete placement of the new above ground storage tank slab on grade. He also oversaw the installation of the 1.0-mgd glass lined fusion storage tank and roof assembly. Mr. Mucha interacted with sub contractors safety meetings and weekly safety audits. There were no safety injuries reported and no loss time accidents.

Construction Manager, Design-Build Emergency Repair and Rehabilitation of a Stormwater Conveyance System (Twin 72” Pipe Rehabilitation), Clay County, FL, 2007-2008. Mr. Mucha oversaw the $400,000 project involving temporary repairs to the 72” inch culvert pipe. Services included application of liner; expedited sheet pile; shoring alongside Carpet N Drapes to keep the building from moving to pipe sink hole; major repair of corrugated pipe; excavate to determine the extent of damage to pipe and make temporary repairs; repairs to outfall ditch; and protection of bank at headwall for erosion control and install temporary dam to control water flows.

Construction Manager, Boynton Beach, FL, 2002. Mr. Mucha served as construction manager for the City of Boynton Beach’s $7 million storm sewer project, including outfall line to intracoastal and retention pond. CDM provided design, permitting, and bidding services for a downtown regional wet detention facility to provide retrofit treatment and attenuation of excess runoff from the City prior to discharge to the Intracoastal Waterway. The retrofit detention pond serves about 40 acres of tributary area in Basin 1 of the downtown watershed (east of U.S. 1). The project was completed on a fast-track schedule to coincide with ongoing downtown redevelopment efforts while proactively addressing water quality issues.

Construction Manager, Everglades National Park, FL, 2005. Mr. Mucha oversaw the $5 million renovation of an existing reverse osmosis plant and new potable water lines. The projects consisted of two wastewater treatment packaging plants and reverse osmosis plant with a total cost of $7 million. Pine Island WWTP consisted of 18 pump stations and new force mains and gravity lines, new timber framed MBR Building and MBR Plant including perk ponds. Flamingo WWTP consisted of operations building restorations, start-up of Plant operations and testing to completion. Flamingo Reverse Osmosis Plant included start-up operations.

Page 75: Soq For Rfq 09 08 Cdm

Dennis A. Mucha

Construction Manager, Water and Wastewater Treatment Plant Improvements, Everglades National Park, FL, 2002-2004. Mr. Mucha assisted in the installation of new wastewater septic pump stations and installations of new force mains to new wastewater treatment plant (WWTP) package plant. He oversaw installation of a new WWTP package plant and startup of chemical feed pumps at both water plants in the Everglade Park, Pine Island and Flamingo. Mr. Mucha also assisted in the startup of the reverse osmosis (RO) facility at the Flamingo Plant. These improvements were valued at $7 million.

Construction Manager, WWTP Package Plant Renovation, Everglades National Park, FL, 2002-2004. For this $400,000 project, Mr. Mucha oversaw the demolition of membrane system tank and installation of new membrane tank and associated piping, removal of old pumps and replacements of new pumps, training and videotaping project run systems.

Senior General Superintendent, Water and Wastewater Treatment Plant Services, South Bay, FL, 2000. Mr. Mucha assisted with the WTP ammonia treatment problem resolution. He also supervised the construction of an $11 million wastewater treatment plant. He was superintendent during the construction of the $10.2 million construction of a 7-mgd wastewater treatment plant. He supervised the excavation of an aeration tank with the use of explosives due to dense rock formation of subsurface. Newly constructed structures included clarifier and aeration tanks.

Construction Manager, Eastern Regional Water Treatment Plant. Orange County, FL, 1995. This $25 million project involved the construction of a 20-mgd WTP for Orange County, including four wells, a pump station, and a 5-MG storage tank. As one of two superintendents assigned to the project, Mr. Mucha oversaw all sitework and coordination of subcontractor personnel onsite. His responsibilities included managing site grading, contours, roadways, well roads, well access pads, fencing and main gate security systems, and landscaping. Mr. Mucha assumed construction activities prior to startup and played a major role at startup assisting in plant operations, SCADA room controls startup, and troubleshooting problems. His daily activities included managing health and safety and leading weekly toolbox safety meetings.

Page 76: Soq For Rfq 09 08 Cdm

Mr. Kiefer has more than 34 years of experience in water treatment; membrane treatment including RO, nanofiltration, ultrafiltration, and microfiltration; and seawater RO and thermal desalination processes.. Areas of expertise include facilities design, economic evaluations, master plan development, evaluation of water supply alternatives, treatment alternatives, capacity requirements, process selection, equipment selection, and performing plant operation monitoring and water treatment system configuration. He has a diverse background of progressively responsible engineering design and management responsibilities including process design, pilot testing, system and facility design, project management, services during construction, startup and testing for both municipal and industrial clients. He has worked on a broad range of projects with a alternate delivery methods including Design, Bid, Build; D-B; Build, Own and Operate; Construction Management at Risk; Design, Build, Finance and Operate. Mr. Kiefer is a lead membrane treatment and desalination specialist. He has worked on approximately 325 mgd of membrane treatment projects including feasibility studies, preliminary design, design and construction. This work included over 100 mgd in D-B membrane projects. In terms of actual constructed capacity, he has worked on projects with approximately 175 mgd of installed membrane treatment plant capacity.

Membrane Treatment Specialist, South Miami Heights WTP, Miami-Dade County, FL, 2003-2005. Mr. Kiefer was the lead design engineer for a new membrane treatment facility for south Miami-Dade County with an initial capacity of 20 mgd with provisions for expanding the facility to 60 mgd in the future. Primary process treatment requirements included membrane softening and nitrate reduction, as well as reducing the formation potential for disinfection byproducts. This system consists of eight membrane treatment units with a capacity of 2.125 mgd per unit. Hybrid designs using nanofiltration and ultra-low pressure reverse osmosis (ULPRO) membranes re used to significantly reduce the existing nitrate levels. A side stream of 3.0 mgd will be treated with ultrafiltration for pathogen protection.

Membrane Treatment Specialist, Glades Road 40 Mgd Membrane Treatment Plant. 2002-2005. Mr. Kiefer was one of the primary membrane experts involved in the membrane system design for the 40-mgd Glades Road Membrane Treatment Facility. In addition to being the world’s largest nanofiltration facility, this project incorporates a number of cutting edge design features including the introduction of low fouling nanofiltration membranes, elimination of acid and antiscalant pretreatment chemicals, and the flexibility to operate at recoveries up to 92.5 percent. Mr. Kiefer also had primary responsibility for developing and managing two pilot test programs for this project including the test program which successfully demonstrated the use of new low fouling nanofiltration membrane technology. This new low fouling technology operated successfully at high system recovery without acid and antiscalant addition for this project. This resulted in approximately $1 million per year in operational cost savings. Mr. Kiefer also provided a lead technical role for this project through the construction and startup phase. This project was a Florida Institute of Consulting Engineers (FICE) grand award winner.

Membrane Treatment Specialist, Engineering Services for the Upgrade of a 10 mgd Nanofiltration Plant for the City of Pompano Beach. 2006-Present. As the membrane technical expert for this project Mr. Kiefer had the lead role in the analysis of membrane system performance, preparation of specifications for procurement of new membranes, and preparation of plans and specifications for pressure vessel replacement and cleaning piping modifications. Drawings for the piping modifications were prepared in 3D to better illustrate the required modifications and identify potential conflicts in pipe routing. This approach was very successful and resulted in no increases in the project cost resulting from change orders. This project has resulted in approximately a 50 percent improvement in membrane performance and has significantly improved the membrane system piping arrangement and the operation of the membrane cleaning system.

Membrane Treatment Specialist, Dania Beach Membrane Pilot Test and Preliminary Design, Dania Beach, FL, 2008. The City of Dania Beach is in the process of expanding the capacity of their existing 3-mgd lime softening plant by the addition of a new 2-mgd membrane treatment plant. CDM provided pilot test equipment and conducted a pilot test program that evaluated operating the membrane system in a recovery range from 90 to 95 percent. Based on the results of the pilot test program CDM prepared a PDR for the design of the new membrane system. The scope of this project includes a new raw water interconnection, sand strainer, membrane treatment building, two primary nanofiltration units with two RO concentrator units to allow operation at recoveries of up to 95 percent, degasifier, chemical storage and dosing facilities, product transfer pumps, permeate transfer and concentrate disposal pipelines. Mr. Kiefer had an advisory role in the pilot test program and the development of the design concept for the membrane treatment facility.

Curtis A. (Kurt) Kiefer, P.E., BCEE – Lead Process Engineer Education ■ B.S. – Ocean Engineering, Florida Atlantic University, 1975

Professional Registrations and Numbers ■ Professional Engineer: Florida (1980) and California,

No. 22495, Expiration: 28-Feb-11

Page 77: Soq For Rfq 09 08 Cdm

Curtis A. Kiefer, P.E., BCEE

Membrane Treatment Specialist, Upper Floridan Aquifer – Membrane Treatment for South Miami Heights WTP, Miami-Dade County, FL, 2008. In order to conform with the SFWMD’s Lower East Coast Water Supply Plan, the Miami-Dade Water and Sewer Authority (WASD) investigated the development of alternate water supplies including the use of the Upper Floridan Aquifer (UFA). CDM was selected to perform a feasibility study for incorporating treatment of UFA water into the design of the South Miami Heights Plant. After evaluating several alternative treatment options and system configurations, the selected concept included 10 mgd of LPRO treating UFA water together with 10 mgd of ULPRO /nanofiltration treating Biscayne aquifer water.

Membrane Treatment Specialist, Deerfield Beach Floridan RO Units, Deerfield Beach, FL, 2004. In conformance with the objectives of the South Florida Water Management District to develop water supply alternatives, the City of Deerfield Beach selected CDM to provide design services for a new 3-mgd RO plant. The new RO facility will treat water from the deeper Floridan Aquifer. The facility has been designed to accommodate two reverse osmosis units with a capacity of one and a half million gallons per unit. The new facility and associated work includes an additional Floridan well, raw water transmission main, RO treatment building, product degasifier and odor control scrubber. Mr. Kiefer was involved in the membrane system process design, membrane pilot testing, sizing and selection of major equipment, and development of plans and specifications for this project.

Membrane Treatment Specialist, Nanofiltration Treatment Process Design, Clewiston, FL, 2007. Mr. Kiefer provided technical support for the design of a new 3 mgd Floridan aquifer raw water supply and low pressure reverse osmosis (LPRO) water treatment plant. The raw water system consists of four upper Floridan aquifer wells, submersible well pumps, wellhead assembly, raw water transmission piping to the WTP, and associated electrical and instrumentation improvements.

Membrane Treatment Specialist, SFWMD Water Supply Cost Estimation Study, Florida, 2007. To assist in the development of regional water supply plans, the SFWMD awarded a contract to CDM to develop capital, O&M, and total production costs for wells, water treatment processes, water reclamation treatment processes, deep injection well disposal, aquifer storage and recovery, and surface water storage projects. Water treatment processes included nanofiltration and RO of groundwater, microfiltration/ ultrafiltration treatment of surface water, RO treatment of brackish surface water, and seawater RO. Costs were also developed for finished water storage, high service pumping, and disinfection processes including on-site generation of sodium hypochlorite, ozone, and ultraviolet light. Mr. Kiefer had the lead role in developing the costs for the membrane treatment options.

Membrane Treatment Specialist, Blue Hills Seawater RO Plant, Bahamas, 2003-2007. CDM was selected by the Water & Sewerage Corporation of the Bahamas to provide Owner’s Engineering Services for a new 7.2-mgd (6 migd) seawater RO facility. Mr. Kiefer had the lead in developing the design concept, specifications and Form of Agreement for this project, which was awarded on a Build, Own and Operate basis with a fast track construction schedule followed by a 20 year operation period.

Membrane Treatment Specialist, Sand City Seawater Desalination Project Design and Construction, Sand City, CA, 2007-2009. Sand City has initiated a 600,000 gpd D-B project that will facilitate the treatment of seawater drawn from beach wells to potable water standards including a fully-operational water treatment facility and required permits. Sand City selected CDM to provide D-B services for this project. Mr. Kiefer is providing services as a desalination specialist and performing design reviews of this project. A key aspect of this project was permitting for the first full-scale seawater desalination plant in California permitted under the new surface water treatment regulations. The plant draws its source water from beach wells, returning concentrate to subsurface discharge wells. The treatment facility includes UV disinfection plus RO to provide disinfection credits in keeping with the newly enacted Long Term 2 Enhanced Surface Water Treatment Rule.

WTP No. 3, Palm Beach County, FL, Technical Review Services, 2005. Mr. Kiefer provided technical review services for the design of a 30.0 mgd membrane softening expansion of an existing 9.4-mgd membrane softening plant. This project involves demolition of an existing lime softening plant operation during expansion. This expansion included the addition of three (3) 1,200 lb/day on-site sodium hypochlorite generation system, replacing an existing chlorine gas system.

Technical Review Services for a 27.0-mgd WTP No. 9 Membrane Softening Facility Expansion, Palm Beach County, FL, Process Design, 2003. Mr. Kiefer provided technical review services for the design of the 27.0 mgd membrane softening expansion. This expansion also included the addition of three (3) 1,200 lb/day on-site generation system, replacing an existing gas chlorine system consumption to compensate for a possible 60 percent degradation in raw water quality over 10 years.

Project Manager, 6.0 mgd RO Municipal WTP, Marco Island, FL, 1991. As project manager, Mr. Kiefer was responsible for the design, specifications, and prequalification of contractors for construction of this RO WTP on a fast track schedule. The plant was designed for an initial 4.0 mgd RO WTP capacity with provision for expansion to 6.0 mgd. Mr. Kiefer was primarily responsible for the membrane treatment process design, equipment sizing, and arrangement. Initially, he coordinated the design effort and preparation of the plans and specifications. Later, he served as the project manager during plant construction, startup, and testing.

Page 78: Soq For Rfq 09 08 Cdm

Dr. Hobbs is an environmental engineer with experience in the areas of water and wastewater membrane treatment systems, water treatment plant design, hydraulic analysis and design, and pilot plant operation. His capabilities include report writing, preparation of engineering design calculations, and pilot plant installation, startup, and training.

Project Engineer, Low Pressure Reverse Osmosis Membrane Process Expansion for Ormond Beach Water Treatment Plant (OBWTP), Ormond Beach, FL, 2005-2006. The City of Ormond Beach retained CDM to provide design, permitting, and construction services for the OBWTP expansion. This project also includes the preparation of a Utility System Comprehensive Financial Planning and Rate Study. The proposed improvements to the OBWTP will be designed to accommodate future facilities expansion up to 12 mgd, 8 mgd lime softening capacity and 4 mgd low pressure reverse osmosis (LPRO) capacity. For the final design, Dr. Hobbs performed the design for chemical storage and feed systems, hydraulic analysis for transfer and high service pumps; he assisted with drawings, permitting, specifications, and cost estimating. Dr. Hobbs was responsible for the FDEP and VCHD permitting for OBWTP expansion and bulk hypochlorite system.

Project Engineer, Water Treatment Plant Expansion and Improvements, Pilot Plant and Engineering Design, Ormond Beach, FL, 2003-2004. Dr. Hobbs was responsible for completing the engineering services required to provide for the planning, preliminary engineering design, pilot testing, and permitting for the 2.0-million gallon per day plant expansion using low pressure reverse osmosis for the City of Ormond Beach. Dr. Hobbs’ efforts focused on the design of system components, hydraulic analyses, water quality and blending analyses, and the preparation of contract documents. A desktop study was performed to evaluate the available supply/treatment alternatives concerning raw water supply options from the city’s five wellfields. Treatment alternatives included lime softening, low pressure reverse osmosis, and raw water blending. The preliminary engineering report presented the engineering requirements for the low pressure reverse osmosis expansion. Key elements of the preliminary engineering report included concentrate disposal options, forced draft aeration offgas scrubbing system, and bulk sodium hypochlorite storage and feed system. Concentrate disposal options through wastewater influent blending, wastewater effluent blending, surface water blending, and deep well injection were also evaluated. Pilot testing included the development of a testing protocol, operator training, data analysis, and report preparation.

Project Engineer, CT Study, Ormond Beach, FL, 2005. Dr. Hobbs conducted an evaluation of the existing lime softening water treatment facility’s ability to comply with the disinfection requirements established in Chapter 62-555 FAC. After it was determined that the current operating procedures did not provide the minimum disinfection requirements mandated by Chapter 62-555 FAC, modifications to the disinfection process and operating procedures were recommended to ensure compliance with Chapter 62-555 FAC.

Project Engineer, Lake Region WTP, Palm Beach County, FL, 2005. The project included the design and construction of a 10.0-mgd low pressure reverse osmosis (LPRO) WTP to serve the cities of Belle Glade, South Bay, and Pahokee. The WTP replaces three surface water plants for each city, which used Lake Okeechobee as a raw water source. The design included a 10-mgd LPRO WTP, a raw water Floridan Aquifer well field, a raw and finished water pipeline, and deep injection well for concentrate disposal. It is also included the addition of a 750 lb/day on-site sodium hypochlorite generation system. Dr. Hobbs performed design and assisted the County in the construction and startup of the LRWTP pilot system. He was in charge with calibrating all instrumentation and development of calibration curves to correct field data. He trained the County staff in operation and data collection procedures; analyzed operating data and prepared the final pilot report. He also prepared specifications and chemical hydraulics.

Colin M. Hobbs, Ph.D., P.E. – Lead Mechanical Engineer Education ■ Ph.D. – Environmental Engineering, University of

Central Florida, 2007 ■ M.S. – Environmental Engineering, University of

Central Florida, 2000 ■ B.S. – Environmental Engineering, University of

Central Florida, 1998 ■ B.S. – Civil Engineering, University of Central Florida, 1998

Professional Registrations and Numbers ■ Professional Engineer: Florida (2007), No. 66392,

Expiration: 28-Feb-2011

Page 79: Soq For Rfq 09 08 Cdm

Colin M. Hobbs, Ph.D., P.E.

Project Engineer, Lake Region WTP Pilot Study, Palm Beach County, FL, 2004. A four month pilot study was conducted as part of the Lake Region Water Treatment Plant to verify assumptions made during the final design and to aid in the membrane selection process. Dr. Hobbs designed the three-train and two-stage reverse osmosis pilot unit and provided assistance to the County during its construction and start-up. In addition, he trained County personnel in all aspects of pilot operation, analyzed the data collected through the study, and prepared the report summarizing all facets of the pilot study.

Project Engineer, Pilot Study, Ormond Beach, FL, 2003-2004. A four month pilot study was conducted at the Ormond Beach Water Treatment Plant to assess the feasibility of utilizing of low pressure reverse osmosis (LPRO) to supplement the existing lime softening water treatment plant. Dr. Hobbs developed the testing protocol, trained city personnel in all aspects of pilot operation and data collection, analyzed the data collected throughout the study, and prepared the report summarizing all facets of the pilot study.

Project Engineer, Raw Water Supply Report, Ormond Beach, FL, 2003-2004. Dr. Hobbs performed a desktop study in order to evaluate the raw water supply options from the city’s five wellfields and raw water treatment alternatives including lime softening, low pressure reverse osmosis (LPRO), and raw water blending. Concentrate disposal options associated with the LPRO treatment alternative were also evaluated and included wastewater influent blending, wastewater effluent blending, reclaimed water blending, surface water disposal, and deep well injection.

Project Engineer, WTP No. 2, 8, and 9 Modifications, Palm Beach County, FL, 2003-2004. This project included the final design and limited construction services for the installation of additional high service pumps and emergency electrical generators at WTPs No. 2, 8, and 9. This expansion project also included the addition of two 1,200 lb/day on-site sodium hypochlorite generation system at WTP No. 2, replacing an existing chlorine gas system. Dr. Hobbs was responsible for hydraulic calculations, for high service pumps and transfer pumps, project specifications and 30 and 60 percent submittals. He also prepared the uprating report for the WTP No. 8, sodium hypochlorite design, hydraulic modeling of WTP No. 2, 8, and 9, project cost estimation, and permitting.

Project Engineer, Carica Road Aquifer Storage and Recovery System Exploratory Well, Collier County, FL, 2003-2007. Collier County is implementing a potable-water aquifer storage and recovery (ASR) system at their Carica Road pump station site. The first phase of the system had a target capacity of 3 million gallons per day. CDM successfully implemented an exploratory well program, which provided site-specific hydrogeologic data and identified a potential storage zone. Based on the results of these preliminary activities, CDM has permitted and completed the final design of a two-well pilot ASR system. CDM will also provide construction supervision and start-up services for the pilot ASR system. Dr. Hobbs conducted a pilot study for evaluating effects of blending raw water from two different well fields on the performance of two different membrane elements. He trained the county water treatment plant (WTP) operators on operation of pilot unit and data collection procedures, and prepared the final report.

Project Engineer, South Bay WTP Improvements, South Bay, FL, 2003. This project included the design of improvements to a surface water treatment plant for the City of South Bay that was in non compliance for pH and Trihalomethalene (THMs) levels in the finished water. This project was conducted as a design/build project through CDM’s construction services division. The improvements for the pH and THM’s control included replacement of the dual media in the filters, rehabilitation of an existing transfer pump, the addition of carbon dioxide for pH control and the addition of ammonia to form chloramines for THM control. Dr. Hobbs was responsible for tracer study of ozone contactor and report.

Page 80: Soq For Rfq 09 08 Cdm

Ms. Stellmack provides electrical engineering services for environmental facilities. Her capabilities include master planning, preliminary design reports, technical reviews, preparation of design documents, including drawings, schedules and specifications, review of shop drawings, response to contractor’s requests for information (RFI) and engineer’s field inspections. She has an extensive background in facilities electrical systems, including power distribution, lighting, fire alarm, public address, telecommunications and security systems. Ms. Stellmack’s facilities electrical engineering project experience includes planning, budget submissions and detailed cost estimation, preparation of specifications and design drawings for construction, project management and engineering support during construction and maintenance activities. Ms. Stellmack’s industrial power distribution design experience includes DC, 400Hz, low voltage (50Hz and 60Hz) and medium voltage. Ms. Stellmack has design, installation and operating experience with switchgear, medium voltage cable, motor control centers, transformers, uninterruptible power systems, standby generators, frequency converters, variable frequency drives, switchboards and panelboards.

Electrical Design Engineer, Babcock Ranch Community Water and Wastewater Facilities Project, Charlotte and Lee Counties, FL, Ongoing. 91,000 privately-owned acres in Southwest Florida will develop into an environmentally sensitive community of approximately 18,000 acres with the remaining land being preserved. This project will develop in phases, the first being the water and wastewater facilities as a CDM design-build. Ms. Stellmack provided the electrical sections of the preliminary design report and will provide electrical design as the project progresses.

Electrical Design Engineer, South Key Pump Station, Longboat Key, FL, 2007-Ongoing. Ms. Stellmack is currently designing the electrical modifications to the existing pump station, which will include a new electrical/generator building to serve three new 100 hp submersible turbine pumps on variable frequency drives (VFDs) and backfeed the existing pump and operations building. Project is in construction.

Electrical Design Engineer, Marco Island WWTP Phase II Improvements, Marco Island, FL, 2007-Ongoing. This project provides a main electric building for new main and generator paralleling switchgear, new motor control centers (MCCs) and space for future motor control centers when the existing MCCs need replacement. Mechanical improvements include additional equipment at headworks, new influent pump station, new MBR skid and air compressor, new MLE process tank and a bridge crane. Design challenges include an aggressive schedule, a congested site and detailed construction phasing in order to keep the plant operational. Project is still in construction.

Electrical Design Engineer, Eastern Water Reclamation Facility Phase IVC Improvements, Orange County, FL, 2006-Ongoing. This plant expansion adds new biological basin 7, clarifier 10 and consolidates centrifugal air blowers. The existing plant was at electrical capacity with not all systems backed up with standby generation. Electrical design upgraded and replaced existing 4160V radial system to new 12.47kV open loop system with new 12.47 switchgear and generators co-located with blowers in new 11,660 sq ft building. Electrical system sized for future expansion loads. Ms. Stellmack provided the electrical section for the basis of design report in addition to the electrical design. Project is still in construction.

Electrical Design Engineer, Northeast Regional WTP Wellfield Infrastructure Development, Collier County, FL, 2006-2008. Ms. Stellmack designed the 13.2kV medium voltage open loop distribution system for the wellfield. The wellfield consists of 14 current well sites and two future well sites with a potential of three well pumps at each well site. The loop system is over five miles long. Her design interfaces and coordinates with two other electrical design consultants. One design consultant provides the medium voltage switchgear at the main plant, which will provide the power source to the wellfield. The other consultant provides the 480 volt distribution at each well site, taking it from the local 225 kVA pad mount transformer.

Cynthia L. Stellmack, P.E. – Lead Electrical Engineer Education ■ B.S. – Electrical Engineering, Clemson University, 1981

Professional Registrations and Numbers ■ Professional Engineer: Florida (1987), No. 37972,

Expiration: 28-Feb-2011

Page 81: Soq For Rfq 09 08 Cdm

Cynthia L. Stellmack, P.E.

Electrical Design Engineer, Northwest Regional Water Reclamation Facility Upgrade from 5 mgd to 10 mgd, Hillsborough County, FL, 2005-Ongoing. Plant expansion includes new Headworks, replacement of existing motors in biological process with upgrade to 200 hp VFD aerators, new clarifiers, new deep bed filters, change from chlorine to ultraviolet disinfection and the addition of three 350 reclaimed water pumps at reclaimed water pumping station adjacent to main plant. Electrical design highlights include all new 4000A, 480V double-ended switchgear, addition of 2 – 1500 kW standby generators, new motor control centers, two 225kVA UPS systems for UV system power disturbance ride-through, multiple new electrical rooms and 18-pulse VFDs. Ms. Stellmack provided the electrical portions for the conceptual design report, preliminary design report and contract drawings and specifications. Currently Ms. Stellmack is providing shop drawing review, RFI response during construction and periodic engineer’s inspections. Project is still in construction.

Electrical Review Engineer, Waste-to-Energy Plant Expansion, Hillsborough County, FL, 2004-2008. Expansion included a new 18MW generator, additions to 69kV switchyard, 13.8kV switchgear, 4.16kV motor control and high resistance grounded 480V distribution. Ms. Stellmack is providing third party technical review of plans, specifications and pre-purchase equipment submittals.

Electrical Design Engineer, Golden Gate Wellfield Wells No. 34 and No. 37, Collier County, FL, 2004-2009. This project installs raw fresh water 60 hp submersible well pumps controlled by VFD and interconnected to nearby well sites via fiber optic cable.

Electrical Engineer, Eastern Water Reclamation Facility Phase IVD Expansion Basis of Design Report, Orange County, FL, 2007. Ms. Stellmack provided the electrical section of the report. The next phase in the plant expansion adds a new preliminary treatment structure, new clarifier and associated pumping station and modifications to the filter, disinfection and effluent pumping systems. Major electrical loads are added and recommendations include a new electrical building with new switchgear, motor control centers and variable frequency drives.

Electrical Engineer, Emergency Generator Feasibility Evaluation, Collier County, FL, 2007. Ms. Stellmack evaluated 30 wastewater pump stations for the possibility of permanent installation of diesel generators. Property and electrical data for each station was provided by the county and field verified by Ms. Stellmack. Report input by her included the recommended generator size and placement and consensus with the feasibility team in implementation priority.

Electrical Engineer, Medium Voltage Reliability Investigation, Collier County, FL, 2006-2007. Several failures to the 4160 volt cable loop system failures had occurred in late 2006 at the South County Regional Water Treatment Plant wellfield. From reviewing records, interviewing county and contractor personnel, field inspection and witnessing additional cable testing, Ms. Stellmack generated and presented her report to county management on options and recommendations to restore and/or improve the intended design redundancy of the medium voltage cable system. The outcome of the report generated several follow on projects for CDM. They included short term and long term construction projects. Also, the report highlighted areas for improvement in the electrical safety program and as a result the County’s Risk Management Department is rewriting electrical policies and procedures with Ms. Stellmack’s assistance.

Electrical Engineer, WWTP Phase II Master Plan, Marco Island, FL, 2006-2007. Ms. Stellmack provided the electrical section of the Master Plan to expand the plant to 5.0 mgd. The existing electrical system of wastewater and adjacent water plant interconnected to a common standby generator system with multiple automatic transfer switches and multiple utility services. Not all loads were backed up by generator system. The master plan report recommended consolidation of wastewater electric services, upgrades of the system to switchgear and provisions for all loads to be on a generator system.

Electrical Design Engineer, WWTP Phase I Improvements, Marco Island, FL, 2005-2007. Ms. Stellmack designed the electrical systems associated with this project. This project provided new 480 volt motor control centers and power system additions to install four new membrane bioreactors, two new drum screens and washer / compactors at the Headworks and miscellaneous process improvements. Ms. Stellmack also provided the electrical design to upgrade three 150 hp centrifugal blowers to 200 hp. She also provided shop drawing reviews, RFI response during construction and engineer’s inspections during construction.

Electrical Review Engineer, St. Pete Beach Master Pump Station, St. Pete Beach, FL, 2005-2007. This new wastewater pumping station has four 125 hp submersible pumps and a two-story building to contain the power distribution and a 350 kW standby generator. Because this project had the same Contractor and construction schedule as the Belleair Pumping Station, Ms. Stellmack provided shop drawing reviews and field inspection to provide a consistent review between the two projects.

Electrical Design Engineer, Town of Belleair Wastewater Pumping Station, Belleair, FL, 2004-2007. Ms. Stellmack provided the electrical design for this new pumping station for Pinellas County, which included three 100 hp submersible pumps in a wet well, an air conditioned electrical building to contain power distribution equipment with 18-pulse VFDs for the pumps and a 300kW standby diesel generator. Ms. Stellmack also provided shop drawing review, RFI response during construction and final punchlist from field inspection.

Page 82: Soq For Rfq 09 08 Cdm

DON WILLIAMS, P.E. Electrical; Instrumentation

EDUCATION Bachelor of Science/1972 Electrical Engineering University of Florida PROFESSIONAL REGISTRATION Florida 29504 PROFESSIONAL AFFILATIONS Member, Florida Engineering Society Calusa Chapter EXPERIENCE Mr. Williams has over 37 years experience in all phases of electrical engineering analysis and design. He is versed in design of power distribution, emergency power generation, solar power systems, lightning protection, telemetry, instrumentation and control systems. His experience is focused on engineering electrical systems for municipal water/wastewater plants and industrial facilities. He has extensive experience in all phases of project management including scope of work development, cost estimating, production coordination and management, construction contract bid award administration, construction supervision and system start-up and functional testing. • CCUD South County Regional Water Treatment Plant;

12MGD Reverse Osmosis Expansion Project- Electrical design for the expansion of the NCRWTP Reverse Osmosis Plant from 8 MGD to 20MGD. The project included upgrades to the existing Lime Softening Plant at the site with complete electrical service replacement for EPA Class-One Reliability Standards with double ended switchgear. The High Service pump station was upgraded with an additional 1600hp of VFD controlled pumps. The project included upgrades to standby power systems, odor control and degasifiers.

Collier Co. Utilities North County Water Reclamation Facility 24.1MGD Expansion – Project Engineer for planning, design and construction phases of expansion of the Collier County North County Water Reclamation Facility, in Collier County, Florida, Project included: class one reliable electrical service with 3.0 megawatt standby power generation system, sodium hypochlorite disinfection facility; sludge dewatering facility; aeration basins and blower facilities, site electrical distribution, clarifiers, sludge and waste pump station, filters and chlorine contact tanks.

CCUD 30MGD Deep Well

Injection & Pump Station North County Water Reclamation Facility injection wells and pump station. Project included: two 24” injection wells with 30MGD maximum flow; four 400hp vertical turbine pumps controlled through variable frequency drives; 3000amp class one reliable electrical service; 2.0megawatt standby power system; PLC based instrumentation and control system. The control system featured automatic utilization of the standby power system to provide optimal savings from a time of use electrical rate structure.

• Collier County Master Pump

Stations (6) – Collier County Utilities Department, Naples, Florida. Electrical, instrumentation and control design for 6 wastewater master pump stations serving the North and South districts. Projects included motor controls, standby power generation, variable frequency drives, instrumentation and telemetry systems.

Page 83: Soq For Rfq 09 08 Cdm

Page 2 of 2

• LCU Gateway WWTP Electrical, instrumentation and control design for Lee County Utilities new 4MGD Gateway Wastewater Treatment Plant. Project included pretreatment, oxidation ditches, clarifiers, deep bed filtration, disinfection, digestion, complete electrical and SCADA systems master planned for future expansions. Lee County, FL.

• LCU Green Meadows/Corkscrew Interconnection –

Electrical engineering services for the Green Meadows Water Treatment Plant and Corkscrew Water Treatment Plant Transmission Systems Interconnection, Improvements, and Water Storage Facilities. Project included 2400Hp pumping facility, 3000amp class one reliable electrical service, a 2.5 megawatt standby power generation system, instrumentation and control systems. The facility was designed for unmanned state of the art SCADA control from the Green Meadows plant via a long haul fiber optic Ethernet link. A multifaceted security, access, video/audio and intrusion alarm systems were implemented that has become the standard for all new project for the utility. Lee County, Florida.

Florida Water Services Lehigh Water Treatment Plant.

Electrical power instrumentation and control system design for a new 3MGD water treatment plant and wellfield. Project included master planning, preliminary and final design for water supply wells, lime softening treatment processes, storage and high service pumping. PLC based control system.

• SFWMD, Caloosahatchee River Aquifer Storage and

Recovery Pilot Project. Electrical, instrumentation, telemetry and controls design for a 1MGD river water ASR pilot project for the South Florida Water Management District. Project included electrical service, distribution, water quality analysis, PLC automatic control system, long haul point to point telemetry monitoring and control system, river water pumping, ASR recovery pumping. 2004/SFWMD

• CCUD South Regional WWTP Improvements – Phase I

Upgrades, Contract 1 & 2, Construction services, Odor Control Modifications/$17 million, Collier County, Florida.

• LCU Beach WWTP Deep Bed Filters. Electrical,

instrumentation and control design for the replacement and upgrade of the plant filtration and disinfection system for Lee County Utilities, Beach WWTP, Fort Myers, Florida. Project design, construction, supervision and project close-out.

• LCU Beach WWTP Interim Improvements – Electrical,

instrumentation and control design for various improvements to the LCU Beach WWTP including aeration systems, sludge digestion, sludge pumping. The project included substantial improvements to the DCS control system. Lee County

Utilities, Beach WWTP, Fort Myers, Florida, 2000 Project design, construction supervision and project close-out.

• CCUD Pelican Bay Pump

Station Upgrade – Review existing control and graphic operator monitoring system. Design and specify upgrades for remote operator control of the system through telemetry. Naples, Florida.

• CCUD Manatee Rd. ASR

Well – Redesign for instrumentation and controls for potable water aquifer storage. Collier County.

• CCUD NCRWRF Reuse

Pump Station Expansion and Upgrade – Variable speed pumping for 5-200 hp reuse water pumps and standby generator backup systems/$850,000/1999/Naples, Florida

• LCU Beach WWTP Standby

Generation. Electrical design for the replacement and upgrade to the plant standby generation system. Installation of a two-megawatt diesel generator, 3000amp standby power switchgear and controls interface to the existing normal power

• CCUD Master Lift Station

Upgrades – Upgrade and standardization of controls at 5 master pump stations. A total of 12 additional pumping units were added to the stations/$500,000/Collier County, Florida.

Page 84: Soq For Rfq 09 08 Cdm

Curt W. Wendt, P.E., CAP – Lead Instrumentation Engineer Education ■ M.S. – Engineering, Control Systems Focus, University

of Wisconsin, 2008 ■ B.S. – Engineering Technology, Grantham College of

Engineering, 1997 ■ A.S. – Electrical Engineering, Hartford State Technical

College, 1981

Professional Registrations and Numbers ■ Professional Engineer: Massachusetts (2000), Virginia,

District of Columbia, Maryland, Georgia, and North Carolina, Georgia No. PE029355, Expiration: 31-Dec-2010

■ ISA Certified Automation Professional (CAP) Mr. Wendt is an instrumentation and controls (I&C) specialist with 30 years of experience in automation systems and project management. His project management experience includes actively managing project budgets, managing engineers and technicians, and developing project plans. He has also been involved with the overall design, building, installation, and documentation of automation systems in municipal water and wastewater, industrial wastewater pretreatment, groundwater remediation, and sludge pelletization and composting facilities. He has experience in conveyor lines, dipping lines, robotics, steel powder injection, and chemical batching control systems. He has extensive field experience and was a licensed supervising electrician in Illinois.

Project Engineer, Instrumentation and Control for Wastewater Treatment Plant Upgrade, Kingsport, TN, 2006-2011. Mr. Wendt, as the lead I&C engineer, led a team of engineers to provide the I&C portion of the design-build plans and specifications for the upgrade of the Kingsport Wastewater Treatment Plant (WWTP). The new plant-wide control system expands the existing control system with a distributed programmable logic controller (PLC)/PC-based control system. The new system provides additional functionality needed for the plant expansion. The purpose of the improvements is to accommodate the wet weather flows, improve the overall plant hydraulics, and provide additional solids processing capacity. The design phase included improvements to the influent pump station, flow splitting devices for several unit processes, conversion of the plant aeration process, addition of a fourth final clarifier, improvements to the sludge pumping system, and additional sludge digestion capacity. Design was completed in August 2007 and construction was initiated in November 2007. CDM’s scope of services includes managing the construction of the improvements as the construction general contractor. CDM will then manage all aspects of the construction and is responsible for bringing the project in at or below a guaranteed maximum price. Application Engineering is being provided directly from CDM during construction to program and configure the new additions to the WWTP control system. The project is schedule to be completed by December of 2011, including startup and closeout activities.

Project Engineer/Project Manager, Instrumentation and Control WTP Upgrade, Valdosta, GA, 2006-2008. Mr. Wendt, as I&C engineer of record, led a team of engineers to provide the I&C portion of the design-build plans and specifications for the upgrade of the Valdosta WTP. The new plant-wide control system replaces an aging existing control system with a distributed PLC/PC-based control system. The new system provides additional functionality needed for the plant expansion. The Valdosta WTP is being expanded from a rated capacity of 15 million gallons per day (mgd) to 22.5 mgd. Plant process units include forced draft aeration with off gas scrubbers, ozonation using liquid oxygen (LOX) feed gas for primary disinfection and post treatment with sodium hypochlorite as a backup, finished water storage, and two zone high service pumping. Application Engineering is being provided directly by CDM during construction to program and configure the overall WTP control system.

Project Manager, Lift Stations SCADA Design-Build, Orange County, FL, 1999-2004. Mr. Wendt led the implementation of a SCADA system for Orange County Utilities in Florida. This system provides a communications network that enables up to 1,000 sewage lift station RTUs to communicate to three County WWTPs and related facilities. Mr. Wendt coordinated the applications engineering staff for this project and implemented the combination of Modbus (an industry standard protocol), spread spectrum radios, computer network hardware, and telecommunications equipment that integrates the County’s existing county-wide microwave communications into the RTU radio network. The system design and PLC hot redundancy ensure that a single component failure will not affect more than 10 percent of the communications system.

Page 85: Soq For Rfq 09 08 Cdm

Curt W. Wendt, P.E., CAP

Project Engineer, Effluent Pump Station Motor Control Improvements, Orange County, FL, 2000-2001. CDM was retained by the Orange County Utilities Department for the purpose of upgrading the South Water Reclamation Facility’s 40-mgd effluent pump station, including the addition of a new pump motor controls and instrumentation. The project also included rehabilitating five existing 6,500 gallons per minute (gpm) vertical turbine pumps and installing six new 1,000-horsepower motors. The project also included replacing the wet well level control system. Instead of the single loop control specified, CDM developed a cascade loop that provided smooth operation of the station while running a minimum number of pumps. Upon completion of new installation, pump station controls were integrated into the new Orange County plant SCADA system. CDM also provided startup services and operator training.

Technical Manager, WWTP Instrumentation and Control Upgrade, West Palm Beach, FL, 1998-2002. Mr. Wendt was responsible for overseeing I&C Application Engineering Service (AES) for the 55-mgd East Central Regional Wastewater Treatment Facility. CDM provided programming and system integration services. Control narratives, graphic, and report standards were reviewed in separate workshops for each of the unit processes being automated. During startup, CDM assisted in the troubleshooting of the I&C system, including the setup of operating system parameters and calibration of the equipment. Training was conducted to ensure that the plant staff was self-sufficient in maintaining both the hardware and software provided. The training consisted of workshops, classroom courses, and on-the-job training in which the plant staff and the engineer work side by side.

Project Manager, Supervisory Control and Data Acquisition (SCADA) Upgrade, Virginia Beach, VA, 2008. Mr. Wendt was responsible for managing the SCADA system preliminary design for Virginia Beach, Virginia. The existing water SCADA system (1980) and the wastewater SCADA (1998) system were implemented with different hardware and software. While still functional, these technologies were becoming obsolete. CDM conducted a preliminary design study to upgrade and combine the city’s water, wastewater, and Lake Gaston into a common SCADA system using current technologies. Using a workshop approach, the city and CDM were able to reach consensus quickly. During our field investigations, an analysis of the existing systems determined that the city could reuse the existing field Remote Terminal Units (RTUs) and radio communications equipment. This allowed the city to leverage its capital investment by prolonging the useful life of a significant portion of the SCADA system. Another recommendation was to use common hardware and software platforms for all three systems to provide the operations staff with a single human-machine interface (HMI) system. This lowered the city’s training and operational costs.

Project Engineer, Radio Communication System Diagnostic Report, Detroit, MI, 2006. The Detroit Water and Sewerage Department (DWSD) procured and installed a wholesale automatic meter reading system (AMR) based on the UtiliNet spread spectrum radio technology. Over time, the system was increased to over 1,200 radios to expand DWSD capabilities to monitor and control key components of the city’s water and sewer systems. The system consists of a network of meter reading remote telemetry units (RTUs) and repeater radios installed in a grid-like fashion with multiple head-end radios to receive the transmitted information at several sites. During the last expansion, several radio performance anomalies were noted, and communications through the radios were unreliable or non-existent. To resolve this issue, DATA.NET formed a task force consisting of CDM, ANG, EDS, and R-Tech. The task force investigated all of the radios on the system but primarily focused on the PC-713 radios and repeater radios (backbone system). After analyzing radio diagnostic data, it became clear that minor changes to a few specific sites would significantly improve message delivery time and eliminate lost data. Since recommendations were implemented immediately, the report detailed the improvements achieved as the project team completed the priority action items.

Project Engineer, Instrumentation and Control for Water Reclamation Facility Improvements, Cobb County, GA, 2005. As group leader, Mr. Wendt provided project oversight for I&C design and construction services for improvements to the R.L. Sutton Water Reclamation Facility (WRF) in Smyrna, Georgia. Solids generated by the plant are also processed by the plant. Phase 1 included “immediate needs,” providing upgrades to the controls and backdrives of the existing three thickening and three dewatering centrifuges and modification of existing tankage to provide jet mixing for primary and thickened waste activated sludge. Phase 2 included dewatering centrifuges, sludge storage silos, cake pumps, sludge cake conveyance facilities, and fluidized bed incinerators. In the solids process building a solids process control center and truck sludge loading facility were added. Facilities to accept sludge from the South Cobb WRF include two new 50-foot gravity thickeners and four new thickening centrifuges. Odor control for all tankage, dewatering centrifuges, and cake conveyance and storage facilities was also included.

Page 86: Soq For Rfq 09 08 Cdm

Mr. Garrett is an experienced designer of facilities for reverse osmosis (RO), water supply and wastewater treatment processes. He has served as a draftsman, designer, AutoCAD operator and onsite inspector on numerous projects in Florida, several in North Carolina and Virginia over the past 37 years.

AutoCAD Construction Drawings, Reverse Osmosis Treatment Plants, Various Locations, 1987-Present. Mr. Garrett prepared the construction drawings for Indian River County’s Phase I and II South County RO plant expansion and Indian River County’s Phase I and II 6.0-mgd RO water treatment facility at Hobart Park. His other Indian River County projects have included design and AutoCAD work on the River’s Edge RO water treatment plant (WTP) and North Beach RO plant expansion. Mr. Garrett was also involved in the design and preparation of construction drawings for the 4.0-mgd RO water treatment plant expansion for the City of Venice, as well as the preparation of mechanical AutoCAD drawings for the 6.0-mgd Brighton, Colorado, RO water treatment facility, the 5.7-mgd Newport News, Virginia, brackish groundwater development project, and the Gloucester, Virginia, RO water treatment plant.

3D Mechanical and Structural Design, Ozone Water Treatment Plants, Orlando Utilities Commission, FL, 1996-1998. Mr. Garrett assisted in the preparation of the 3D mechanical and structural drawings for the Orlando Utilities Commission’s Conway ozone water treatment facility. Additionally, Mr. Garrett was lead mechanical designer for the Orlando Utilities Commission’s Navy ozone water treatment plant where he was responsible for the design, layout and production of construction drawings for the civil and mechanical disciplines.

3D/4D Design Team Arbennie Pritchett WRF, Okaloosa County, FL, 2007. Mr. Garrett assisted in the preparation of the 3D mechanical models for the plant and coordinated with all disciplines to produce final hard copies for all submittals. The entire plant was produced in 3D utilizing Autoplant software and Navisworks software to review the completed models.

Lead Mechanical Designer, Reverse Osmosis Treatment Plants, Various Locations, 1998-Present. Mr. Garrett was the lead mechanical designer for the Palm Beach County 25-mgd membrane water treatment plant No. 9, the 25-mgd WTP No. 3, the 10mgd Lake Region RO WTP and also for the City of Deerfield Beach West water treatment plant 11-mgd nanofiltration/reverse osmosis plant addition. He was also the lead mechanical designer for the 40-mgd Boca Raton, Florida, membrane softening process plant expansion project and the 25 mgd ultra filtration/nanofiltration for South Miami Heights Water Treatment Plant for Miami Dade, Florida. Mr. Garrett was the lead mechanical designer for the Phase III 6.0-mgd RO water treatment facility at Indian River County North County Hobart Park and the 4.5 mgd St. John’s County CR 214 RO membrane treatment plant and the 3.0 mgd RO WTP for Ormond Beach, Florida. Mr. Garrett was the lead mechanical designer for the St. Augustine, Florida 3.0 Reverse Osmosis Water Treatment Plant. This plant will be built at St. Augustine’s current lime softening plant site to enhance the capacity of the existing facility

AutoCAD Construction Drawings, Water Treatment Plant and Water System Improvements, Raleigh, NC, 2004-Present. Mr. Garrett assisted in the preparation of the AutoCAD construction drawings for the expansion to the E.M. Johnson water treatment plant in Raleigh, NC. Mr. Garrett served as designer preparing the AutoCAD drawings for the City of Cambridge, MA, Fresh Pond 25-mgd WTP, and the Green Cove Springs water system improvements located in Clay County, FL. Mr. Garrett was the lead designer for the Port St. Joe, FL, 8.0-mgd WTP utilizing submerged membranes for treatment and coordinating with internal disciplines.

AutoCAD Construction Drawings and Plans, Force Mains, Pipelines and Pump Stations, Various Locations, 1994-Present. For Miami-Dade Utility Authority, Mr. Garrett prepared the AutoCAD construction drawings for three force main projects consisting of approximately 12 miles of pipelines. The drawings were assembled using survey files, landbase files and manually inputting existing utilities into the AutoCAD base files. He also prepared the AutoCAD construction plans for the Reedy Creek Improvements District Water Pump Station “A” located in Orange County, Florida. Furthermore, he prepared the construction plans, sections and details for the 150-mgd influent lift station for the R.L. Sutton Water Reclamation Facility located in Cobb County, GA.

Dana H. Garrett – Lead Piping Designer Education ■ Technical courses at Broward Community College,

Fort Lauderdale, Florida and Indian River Community College, Fort Pierce, Florida

Professional Registrations and Numbers ■ Engineering Technician, National Institute for Certification in

Engineering Technologies, No. N/A, Expiration: N/A

Page 87: Soq For Rfq 09 08 Cdm

Dana H. Garrett

Design Team Member, Wastewater Treatment Projects, Cape Coral, FL, 1991-1996. For the wastewater system improvements program, Mr. Garrett’s responsibilities included geographic information system (GIS) base mapping, AutoCAD drafting and final checking of plan and detail sheets. He was also a member of the Samut Prakarn wastewater treatment plant design team for the Royal Thai Government, Bangkok, Thailand, where he was responsible for design, layout and AutoCAD plans, sections and details in metric units. He was also involved in the design of Broward County, Florida’s North Regional wastewater treatment and water treatment facilities.

Designer, AutoCAD Drawings for Iron Bridge Water Reclamation Plant, Orlando, FL, 1998. Mr. Garrett assisted in the design and prepared the AutoCAD construction drawings for the City of Orlando, FL, Iron Bridge Water Reclamation Facility 5.0-mgd equalization tank and pump station.

Designer, AutoCAD Construction Plans, Sections and Details, Biosolids Dewatering Facility and Pump Station Improvements, Orlando, FL, 1994-1999. Mr. Garrett prepared the construction drawings for the City of Orlando, FL, Iron Bridge Facility master pump station improvements and new headworks/screening structure. In addition, he prepared the AutoCAD plans, sections and details for the City of Key West, Florida, effluent pump station improvements. He also prepared the AutoCAD drawings for the City of West Palm Beach’s East Central Regional wastewater treatment plant pump support replacement project.

AutoCAD Construction Drawings, Wastewater Treatment Plants, Various Locations, 1994-Present. Mr. Garrett assisted with preparing the AutoCAD construction drawings for the Arlington East Jacksonville wastewater treatment plant expansion and the Sugar Creek waste-water treatment plant, North Carolina. In addition, he prepared the construction drawings for several major structures for the R.M. Clayton water reclamation center in Atlanta, Georgia. Also, he prepared AutoCAD construction drawings for the City of Fort Myers, Florida, Central and South plants – chlorination/de-chlorination improvements from preliminary report figures to permitting and through bid documents.

Page 88: Soq For Rfq 09 08 Cdm

William R. Haygood, P.E. – Lead Mechanical Designer Education ■ B.S. – Mechanical Engineering, University of Central

Florida, 1983

Professional Registrations and Numbers ■ Professional Engineer: Florida (1988), No. 39503,

Expiration: 28-Feb-2011; Mechanical and Fire Protection NCEES: Florida (1990)

Mr. Haygood is a mechanical engineer experienced in the specialties of heating, ventilation, and air conditioning (HVAC); fire protection; and plumbing for commercial, institutional, and industrial projects. His specific design experience includes life cycle analysis, value engineering, and construction administration for wastewater treatment plants, schools, hospitals, and industrial facilities. In addition, he has substantial experience in the design and installation of microprocessor, pneumatic, and electrical/mechanical controls and control systems. Mr. Haygood provides various mechanical engineering services involving design and construction oversight for HVAC, fire protection, and plumbing systems. His experience is applied from the conceptual through the construction phases of a project and may include design, analysis of alternatives, shop drawing review, contractor and vendor interface, periodic site visits for field observations, change order review, and mechanical inspection, testing, and design review. He also evaluates various energy reduction improvements for facilities and prepares both maintenance and operating cost estimates.

Project Engineer, Okaloosa County Arbennie Pritchett Water Reclamation Facility, Okaloosa County, FL, 2007-Ongoing. Mr. Haygood performed HVAC and Plumbing design services for the construction of a complete new water treatment plant including an operations building, maintenance building, and other related process buildings.

Project Engineer, Candler Water Treatment Plant, DeKalb County, GA, 1997-2005. Mr. Haygood provided design services for the construction of a 200-mgd water treatment plant. The project included a large operations center and viewing gallery to be used for educational tours. Two large chillers provided cooling for the office areas and the heavy industrial process cooling loads.

Project Engineer, Construction Services, WTP No. 3, Palm Beach County, FL, 2002-2005. Mr. Haygood performed design services for the construction of a complete new water treatment plant including an operations building, generator building, and other related process buildings. The operations building was designed as part of the emergency operations services for the entire city.

Project Engineer, Jupiter Nanofiltration Facility, Jupiter, FL, 2005-2007. Mr. Haygood was part of the project team that provided design and construction services for a new membrane water treatment facility at an existing water treatment plant. The large facility involved chemical storage area, control rooms, pump rooms, generator system, and plant electrical rooms. The entire facility was coordinated with the existing plant buildings on a very congested existing plant site. The facility will provide water for the entire city.

Project Engineer, Peele-Dixie Membrane Treatment Facility, Fort Lauderdale, FL, 2003-2004. Mr. Haygood was part of the project team that performed design and construction services for a new membrane water treatment facility at an existing water treatment plant. The large facility involved an entire operations, office and laboratory along a process membrane area, chemical feed and storage rooms, and plant electrical rooms. Additional buildings include a new generator building and a chemical feed building. The entire facility was coordinated with the existing plant buildings on a very congested existing plant site.

Mechanical Engineer, Reverse Osmosis (RO) Water Plant, Dunedin, FL, 1990. Mr. Haygood was responsible for the HVAC and plumbing design. The project involved constructing a new administration and laboratory and maintenance building, in addition to the new water plant additions.

Mechanical Engineer, Town of Jupiter Island Reverse Osmosis (RO) Plant, Jupiter Island, FL, 2001. Mr. Haygood was responsible for the HVAC and plumbing design. The project involved constructing a new RO plant building.

Mechanical Engineer, Palatka Water Plant WTP Ultrafiltration, Palatka, FL, 2005-2007. Mr. Haygood was responsible for the HVAC and plumbing design. The project involved constructing an ultrafiltration plant building that housed the process skids, offices, and a sample laboratory at an existing water plant.

Page 89: Soq For Rfq 09 08 Cdm

Mr. Nelson is an experienced electrical engineer qualified in the design of environmental facilities. He provides preliminary and final design of electrical distribution systems, including single line diagrams, power plans, lighting plans, and control systems. The environmental facilities include water treatment plants, wastewater treatment plants, pump stations (booster, submersible, etc.), and solid waste facilities. His capabilities include detailed plans and specifications for contract documents, as well as conceptual design, construction administration, and technical review. His experience in the environmental field has ranged from simple low voltage distributions to 69-KV primary substations with 15-KV dual-ended metal clad switchgear. His experience includes management of the electrical aspects of numerous projects from conceptual design through construction and startup.

Mr. Nelson is the firm’s Director of Project Technology Development, which is responsible for corporate CAD standards and utilizing technology to design our facilities in 3D. Through these advances CDM can provide better quality design, utilize intelligent process and instrumentation diagrams (P&IDs) with associated design data, leverage this data for the design team and clients, and provide enhanced visualization for all parties involved. Mr. Nelson has successfully delivered these technologies for the following projects: Cobb County, Georgia R.L. Sutton Piping Tunnels; St. Augustine, Florida Membrane WTP; Charlotte, North Carolina CMUD Hypochlorite Facility; Charlotte, North Carolina CMUD Generator/Electrical Building; Tampa Bay Water, Pump Stations, Bellaire, Florida Booster Pump Station; Anastasia Island, Florida Headworks; Valdosta, Georgia Mud Creek WWTP, and Okaloosa County, Florida Arbennie Pritchett WRF. Mr. Nelson also developed and implemented an Electronic Document Management System as an enterprise solution for CDM. This system allows engineers and designers to work more closely and in a structured and managed environment, creating a central repository for all related project data.

Project Electrical Engineer, Navy WTP Upgrade, Orlando, FL, 1998-2002. Mr. Nelson was lead electrical designer for the Orlando Utilities Commission’s Navy ozone WTP where he was responsible for the design, layout, and production of construction drawings for the electrical disciplines. CDM, teaming with Vogel Bros. Building Co., served as the single point of responsibility for delivery of the $18 million project. The project consisted of replacing the existing activated carbon reactors with high concentration ozone treatment to remove hydrogen sulfide. The project also included a new 1400-foot deep raw water supply well; skid mounted ozone generation and destruct equipment; two new 5 mgd ozone contactors; LOX storage facilities; chlorine, caustic, and fluoride storage and feed facilities; control room; demolition of existing facilities; an electrical yard with an emergency generator for backup power; and overall site improvements.

3D/4D Design Manager, Arbennie Pritchett WRF, Okaloosa County, FL, 2007-Ongoing. Okaloosa County Water and Sewer Department owns and operates the 6.5- mgd Garniers WWTP. Due to the plant’s age, location, and operational performance, the County decided to construct a new WWTP. CDM was selected to design, construct, outfit, start up, performance test, and obtain permits for the new Arbennie Pritchett WRF, which has been designed to initially treat 10 mgd with flexibility for future expansion. Mr. Nelson served as 3D/4D Design Manager for this $49 million D-B project. He oversaw the preparation of the 3D mechanical models for the plant and coordinated with all disciplines to produce final hard copies for all submittals. Using 3D/4D he was able to provide better quality design, utilize intelligent P&IDs with associated design data, leverage this data for the design team and client, and provided enhanced visualization for all parties involved.

Project Electrical Engineer, Orlando Utilities Commission Conway WTP Upgrade and Expansion, Orlando, FL, 1996-1998. Mr. Nelson oversaw the preparation of the electrical drawings for the Conway ozone water treatment facility upgrade and expansion, implemented by the Orlando Utilities Commission as one part of the comprehensive Water Project 2000 program. The project, delivered using the innovative EPCM approach, upgraded the plant from 15 mgd to 32 mgd. CDM, teaming with Vogel Bros. Building Co., served as the single point of responsibility for delivery of the project.

Project Electrical Engineer, Scott Candler Water Filter Plant Expansion, DeKalb County, GA, 1997-2005. Mr. Nelson oversaw all preliminary and final design of all electrical distribution systems. CDM provided preliminary and final design, bidding services, construction engineering services, and startup assistance to facilitate the expansion. The plant will have an initial permitted capacity of 150 mgd, a hydraulic capacity of 200 mgd, and approximately 30 mgd of additional redundancy capacity. The project included a new administration

William C. Nelson, P.E. – Lead E&I Designer Education ■ B.S. – Electrical Engineering, University of Kentucky, 1987 ■ B.S. – Physics, Northern Kentucky University, 1986

Professional Registrations and Numbers ■ Professional Engineer: Alabama, District of Columbia,

Florida (1989), Georgia, Indiana, Kentucky, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, and Virginia, Florida No. 42017, Expiration: 28-Feb-2011

Page 90: Soq For Rfq 09 08 Cdm

William C. Nelson, P.E.

building including a 5,000 SF laboratory, office space, a training room, and an operator control center. From the control center the plant is controlled through a new state-of-the art SCADA system that includes a digital PROFIBUS communication network on over 300 field instruments and devices. The facility also includes a new standby generator system with a capacity of 13.5 MW, allowing for full emergency power back up for all facilities, and allows for peak-shaving to reduce power cost.

Project Electrical Engineer, Shoal Creek Filter Plant, Gwinnett County, GA, 2001-2005. Mr. Nelson oversaw the preparation of the electrical elements for the design, bidding services, and limited construction and startup services for a new WTP serving Gwinnett County, Georgia, one of the fastest growing counties in the United States. The direct filtration WTP, treating water from Lake Lanier, was designed for an initial treatment capacity of 75 mgd, and ultimate capacity of 150 mgd. The plant is operated in parallel with the existing 150-mgd Lanier Filter Plant on a nearby site.

Project Manager, Various Water Facilities. Mr. Nelson’s water facility experience includes the provision of electrical system improvements for the following projects: Greenville Utilities 480 Volt Switchgear and MCC replacement, City of Raleigh 2,400 Volt Conversion to 4,160 Volt Distribution and the Louisville Water Company, Almond Avenue Maintenance Facility Electrical Improvements. He led the primary electrical engineering design and management responsibilities for the Louisville Water Company Crescent Hill pump station with replacement of the 15KV switchgear with more than 20,000 horsepower connected and the Louisville Water Company Zorn pump station with replacement of the 15KV switchgear with more than 12,000 horsepower connected.

Project Electrical Engineer, Various Water Facilities, Various Dates. Mr. Nelson’s water facility experience includes the provision of switchgear, standby generators, and variable frequency drives (VFDs) for the following projects: Towns of Cary and Apex, Cary/Apex Water Treatment Plant, NC; City of Wilmington, Sweeney Water Treatment Plant, Wilmington, NC; City of Florence, Pee Dee River Regional Water Treatment Plant, Florence, NC; Greenville Utilities Commission, Greenville Utilities Commission Water Treatment Plant, Greenville, NC; Charlotte-Mecklenburg Utility Department, Franklin Water Treatment Plant, Charlotte, NC; City of Raleigh, E.M. Johnson Water Treatment Plant and booster pump station, Raleigh, NC; Asheville-Buncombe Water Authority, Mills River Regional Water Treatment Plant, Asheville, NC; DeKalb County, Scott Candler Water Filter Plant, Atlanta, GA; Gwinnett County, Shoal Creek Filter Plant, Atlanta, GA; Snake Creek Water Treatment Plant upgrade to 6 mgd, Carroll County Water Authority, Carroll County, GA; North County Water Treatment Plant expansion, Indian River County Department of Utility Services, FL; Orlando Utilities Commission, Conway Water Treatment Plant, Orlando, FL; North Fork WTP, Asheville, NC; a 30-mgd plant expansion for Manatee County; a 5-mgd expansion for a reverse osmosis (RO) plant in Indian River County; and Dunedin’s 10-mgd RO facility. He was also project engineer for the design of 1,250-hp VFDs for the Cypress Creek pump station and design of the raw water well system, and a water booster station for Venice.

Project Manager/Project Electrical Engineer, Various Wastewater Facilities, Various Dates. Mr. Nelson’s wastewater facility experience includes managing the Electrical Distribution preliminary engineering report for Greenville Utilities’ WWTP, including issues related to sustaining facility operations, EPA’s Reliability Criteria, National Electric Code (NEC) Review, and National Fire Protection Agency (NFPA) 820 Code Review. He also led the design-build team for the innovated approach to upgrade the Effluent Pump Station for Orange County Florida South WRF, consisting of six 1,000-hp pumps and medium voltage VFDs. Other wastewater experience includes the provision of both low voltage and medium voltage electrical distributions, which included switchgear, standby emergency generators, low and medium voltage motor control centers, and variable frequency drives for the following related projects: Sugar Creek WWTP Pump Station, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Gilder Creek Wastewater Treatment Plant expansions, Western Carolina Regional Sewer Authority, Greenville, SC; R.L. Sutton Water Reclamation Facility solids handling improvements, Cobb County, Marietta, GA; Indian River County, FL, wastewater treatment plant (WWTP); Irwin Creek WWTP UV disinfection system, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Irwin Creek WWTP flow equalization facilities, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Sugar Creek WWTP UV disinfection system, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Sugar Creek WWTP flow equalization facilities, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Sugar Creek WWTP 6.75 MW standby generator system, Charlotte-Mecklenburg Utility Department, Charlotte, NC; Kuwahee WWTP dewatering electrical upgrade, Knoxville Utilities Board, Knoxville, TN; Kuwahee WWTP digester electrical upgrade, Knoxville Utilities Board, Knoxville, TN; water and wastewater pumping station upgrades, Miami Beach, FL; wastewater system improvements for the South Central Regional Wastewater Treatment and Disposal Board, Delray Beach, FL; South Dade landfill injection well system, Dade County, FL; water booster pumping station, Oldsmar, FL; a generator relocation and pumping station abandonment, Fairfax County, VA; and solid waste-related projects, Rockingham/Wake Counties, North Carolina. Other projects include modifications (variable frequency drives) to the Glendale WWTP for the City of Lakeland, State Road 16 WWTP for the City of Jacksonville, and the Fort Myers Beach WWTP (switchgear and standby generators). He has performed pump station modifications for the City of Clearwater (new VFDs), as well as pump stations for the cities of Cape Coral and Fort Myers, and Manatee and Lee Counties.

Page 91: Soq For Rfq 09 08 Cdm

Shawn R. Anderson, PE, SE Lead Structural Engineer

TKW Consulting Engineers 1 Anderson

Education M.S. in Civil Engineering, 1994, Portland State University, Portland, Oregon, Graduated with Honors

B.S. in Civil Engineering, 1984, Montana State University, Bozeman, MT, Graduated with Honors

Tau Beta Pi, Chi Epsilon Professional Registrations Licensed Structural Professional Engineer, FL: #53515

Registered Threshold Inspector, FL: # 1178

Registered Structural and Civil Engineer, CA and OR

Registered Professional Engineer: VA, TX, OH, MT, TN, LA, AR, NY

Professional Affiliations American Concrete Institute American Society of Civil Engineers

American Institute of Steel Construction

Florida Engineering Society Post Tensioning Institute

Joined TKW: 1998 Prior Years Experience: 15

Since joining TKW, Mr. Anderson’s extensive project management expertise has brought the firm to an even higher level of engineering professionalism. Single-handedly, he conceived and developed TKW’s unique client driven approach and quality control techniques. His engineering background covers many areas of structural design. He has specialized experience in concrete and steel, high-rise commercial structures, post-tension, seismic, and wind-load design, and analysis for renovation and restoration. Selected Project Experience Water Henderson Creek Weir #2, Naples, FL Water control structure in the South Florida Water Management District Tampa Bay Water Chloramine Implementation Project, Tampa, FL Wellfield upgrades located in Pasco and Hillsborough Counties in Florida Lee County Utilities - Airport Haul Road Reservoir, Fort Myers, FL Structural engineering for 40 MGD pumping station Fox Mill Water Pumping Station, Fairfax, VA Structural engineering Weirs, Control and Outflow Structures Structural engineering for numerous structures in various locations within the Virginia/Washington metropolitan area Wastewater Lee County Utilities - Fiesta Village Wastewater Treatment Plant, Fort Myers, FL Structural engineering for expansion from 2.5 to 5.0 MGD, and facility upgrade to increase existing process piping capacity and improve facility operations Gateway Wastewater Treatment Plant, Fort Myers, FL Sanford Water Reclamation Facility, Sanford, FL Project manager for structural design and construction Municipal / Institutional Gateway Fire Station. Fort Myers, FL One-story, 4,500sf station and truck bay

Page 92: Soq For Rfq 09 08 Cdm

Shawn R. Anderson, PE, SE Lead Structural Engineer

TKW Consulting Engineers 2 Anderson

Cape Coral Public Library Addition, Cape Coral, FL Naples Jail Center, Naples, FL 3-story, 142,000sf jail Lee County Materials Recycling Facility, Fort Myers, FL 60,000sf, including two-story office space Lee Sun City Fire Station, Fort Myers, FL 8,700sf facility Lee County Justice Center, Fort Myers, FL 120,000sf, 10-level addition of courtroom pods E & F; a 2,400sf, three-level elevated pedestrian bridge; a nine-level, 3,600sf elevator and elevator lobby; and a 10,000sf judges’ parking and ice tank storage structure Department of Energy Production Facility. Oak Ridge, TN Facility modifications and design of stacks Medical HealthPark Commons Medical Office Facility, Fort Myers, FL 3-story, 30,000sf medical office Brennan Medical Building, Naples, FL Two-story, 40,000sf building Neurology Medical Office Building, Fort Myers, FL Orion Medical Center, Fort Myers, FL Cleveland Clinic Facility Threshold Inspection, Naples, FL Shell Point Retirement Community Nursing Facility,

Fort Myers, FL Four-floor, 27,800sf medical nursing facility Meckstroth Medical Building, Naples, FL Oregon Health Sciences University: Neurosensory Research

Center, C-Wing Seismic Upgrade, Research and Education Center, A & B Wing Additions, Portland, OR

St. Vincent Hospital & Medical Center, West Pavilion

Building Expansion and Parking Garage, Portland, OR Providence Medical Center Office Building, Portland, OR

Aviation / Ports Orlando International Airport, Orlando, FL Intermodal transit system guideway Orlando International Airport, Orlando, FL North Terminal Complex modifications Aerosystems Design-build replacement of foundations for passenger loading bridges at airports in FL, GA, CA, TX, and LA Palm Beach International Airport, West Palm Beach, FL Concessions renovation Pensacola Airport, Pensacola, FL Utility structures Naples Airport, Naples, FL One-story, steel Cable Air aircraft hangar and office with a mezzanine Continental Air, Guam Aircraft hangar Rayong Airport, Thailand Maintenance center hangar Commercial Orion Bank, Naples, FL Two-story bank building Orion Bank & Retail Center, Fort Myers, FL Two-story bank building and retail center Corkscrew Palms Commerce Park, Fort Myers, FL Three 1-story, four 2-story, and three 3-story office buildings, totaling more than 150,000sf Sanibel Harbour Resort, Fort Myers, FL 47,000sf, $11.3 million conference center over an existing four-level parking garage Hawthorn Suites, Naples, FL Three-story, 65,000sf, $4.5 million hotel Robb & Stucky Nat’l Headquarters, Fort Myers, FL 35,000sf, office and 203,000sf distribution center

Page 93: Soq For Rfq 09 08 Cdm

CARL A. BARRACO, P.E. Lead Civil / Site Engineer

Carl A. Barraco, along with his associates, formed Barraco andAssociates, Inc., in April 1998. Prior to this time he was a seniorshareholder and served on the Board of Directors of a large SouthwestFlorida engineering and surveying firm.

Mr. Barraco has been providing engineering services in SouthwestFlorida for over 20 years. His professional experience is well diversifiedas illustrated below:

Project Engineer/Manager for Paseo: a 444 acre, 1,149 unitresidential subdivision located in Fort Myers, Florida. Servicesincluded providing for infrastructure including all drainage,water and sewer design.

Project Engineer/Manager for Arborwood: a 1,269 acre, 530unit subdivision located in Fort Myers, Florida. Servicesincluded providing for infrastructure including all drainage,water and sewer design.

Project Engineer/Manager for Lee Boulevard/LeelandHeights Widening project: widening of Lee Boulevard fromHomestead Road to Leeland Heights Boulevard.

Project Engineer/Manager for Three Oaks Parkway: projectconsisted of new construction of roadway from The Brookssouth property line to Corkscrew Road. Management of thisproject included construction of a four lane divided highway,installation of new utilities and relocation of existing utilities.

Project Engineer for the Construction, Engineering andInspection of the Lee County Midpoint Bridge project,Segments 3 and 6. These segments include the MidpointCorridor from the Fort Myers side of the Caloosahatchee Riverto Evans Avenue, including the overpasses of McGregorBoulevard and U.S. 41 including relocation of City of Fort Myersand Lee County potable water and sanitary sewer utilities.

Project Engineer/Manager for the design and construction ofthe six laning of Daniels Parkway, a 5.4 mile highway fromwest of U.S. 41 to Treeline Avenue for the Lee County Board ofCounty Commissioners, Lee County, Florida.

Project Engineer/Manager for the design and construction ofthe six laning of Six Mile Cypress Parkway from east of U.S.41 to Daniels Parkway for Lee County, Florida

Project Engineer/Manager for the design and construction ofthe Summerlin Road/College Parkway intersectionimprovements for Lee County, Florida

EDUCATION

University of South FloridaB.S. Civil Engineering, 1984M.S. Civil Engineering, 1987

PROFESSIONAL REGISTRATION

Florida 1987 - P.E. #38536

PROFESSIONAL AFFILIATIONS

American Society of Civil EngineersFlorida Engineering SocietyNational Society of Professional Engineers

HONORS

1998Asphalt Contractor Assn. of FL, Inc.District OneRoad and Streets Award

1993-94FL Engineering SocietyCalusa ChapterYoung Engineer Of The Year

1983American Society of Civil EngineersStudent Engineer Of The Year

Tau Beta Pi National EngineeringHonor SocietyChi Epsilon National CivilEngineering Honor SocietyPhi Kappa Phi NationalHonor Society

Page 94: Soq For Rfq 09 08 Cdm
Page 95: Soq For Rfq 09 08 Cdm

SCOTT WHEELER, P.S.M.Survey

Scott Wheeler joined the surveying profession immediately aftergraduation from high school in 1981 and began working on a surveycrew as a rodman, working his way up to instrument man and partychief. In 1987, he was transferred to an office position as a surveytechnician. In 1991, Mr. Wheeler became a Certified SurveyTechnician through the American Congress of Surveying andMapping. In 1999, Mr. Wheeler became a licensed Surveyor andMapper in the State of Florida.

Mr. Wheeler joined Barraco and Associates in 1999 as Vice Presidentof Surveying. In this capacity Mr. Wheeler was responsible for theorganization and implementation of a new department and theaddition of professional services offered by BAI. Mr. Wheeler oversawthe hiring of survey personnel and the acquisition of necessaryequipment to outfit survey field crews. As senior manager of thesurvey department Mr. Wheeler’s responsibilities include reviewingnew projects to determine requirements, available resources andscheduling contraints; setting overall guidelines for work completion;as well as executing effective methods to monitor project progressand efficiency. Since starting the department for Barraco andAssociates, surveying has become an integral component of theservices provided to the company’s clients and currently providespersonnel for four field crews.

Mr. Wheeler has provided technical support on a number of right-of-way plans for the Florida Department of Transportation. In the privatesector Mr. Wheeler has extensive experience with the production ofrecord plats for WCI Communities, The Bonita Bay Group, LandSolutions, Inc., and numerous other projects. These duties includedcalculations for the field crews and producing computer aideddrawings and plat sheets. Mr. Wheeler has also provided servicesfor the following projects:

Lee County Department of Transportation right-of-waysurveys for Three Oaks Parkway and Williams Road

Record plats for Mediterra, Paseo, River Hall, Pelican Landing,Bonita Bay and numerous other subdivision plats in Lee andCollier counties.

Numerous boundary surveys within the City of Fort Myers,Lee, Charlotte, Collier, Hendry and DeSoto counties.

While at Barraco and Associates, Mr. Wheeler has provided surveysfor both residential and commercial projects. This experience includesthe utilization of a Global Positioning System to provide utilitylocations for record drawings.

EDUCATION

Cypress Lake High School1981

PROFESSIONAL REGISTRATION

Professional Surveyor & MapperLS5949 - Florida, 1999

PROFESSIONAL AFFILIATIONSNational Society of Professional

Surveyors & MappersAmerican Congress of

Surveying & MappingFlorida Surveying & Mapping

SocietyCertified Survey Technician III

Page 96: Soq For Rfq 09 08 Cdm
Page 97: Soq For Rfq 09 08 Cdm

Patrick J. Day, PE Permitting

TKW Consulting Engineers 1 Day

Education • M.S. in Civil Engineering,

1996, University of South Florida, Summa Cum Laude

• B.A. in English with a Minor in Business Administration, 1978, University of Cincinnati, Summa Cum Laude

Professional Registrations Licensed Professional Civil Engineer Florida # 56709 Professional Affiliations

• Florida Engineering Society, Caloosa Chapter

• National Society of Professional Engineers

• Water Environment Federation • Lee County Economic

Development Committee, President, 2003

Joined TKW: 1998 Prior Years Experience: 15

Mr. Day has worked as Project Manager and Coordinator for numerous water distribution and water and wastewater treatment projects, varying from small package plants to 8 MGD facilities. His management and depth of experience have resulted in successful completion of numerous large scale endeavors, including a modeling analysis for the entire Lee County Utilities water distribution system. He has led sensitive environmental undertakings, such as the clean-up of the Punta Rassa Boat Basin, converting it from stagnant basin into a salt marsh. Selected Project Experience Water Florida Keys Transmission Main Design, Florida Keys Design of 5.5 miles of transmission main for the Florida Keys Aqueduct Authority with a total construction cost of $14 million Estates Elementary School Water Plant, Naples, FL Project Engineer for the design of a 40,000 GPD water plant Oak Park Village Water Supply Investigation, Alva, FL Project Engineer for the investigation of the water supply to determine cause of increase of radionuclides above the threshold level Tropical Palms Mobile Home Community Water Treatment Facility, Charlotte County, FL Project Engineer for design and permitting a reverse osmosis process at a 0.08 MGD water treatment facility Wastewater Sanibel Harbour Resort and Spa, Fort Myers, FL Project Manager for permitting and design of a 47,000sf conference center over an existing 4-level parking garage, and water and wastewater design McGregor Pointe Hotel, Fort Myers, FL Project Manager for permitting of an eight-story, 110,00sf hotel, rezoning, water and wastewater design, including a lift station and a pump out-station for marina City of Fort Myers – East Water Reclamation Facility, Fort Myers, FL Project Engineer for the development including the permitting of the WWTP on an existing landfill for a $70 million facility with an estimated final capacity of 12 MGD on a 70-acre site. City of Fort Myers Downtown Redevelopment Streetscape, Fort Myers, FL Design, permitting, and construction administration services for replacement of six miles of water and sewer mains; design of three miles of reclaimed water mains; and a utility master plan for the downtown Fort Myers area, including hydraulic modeling Gulf Coast Center, Buckingham, FL Project Manager for the design, permitting and construction of three miles of water main, water storage tanks and pump house for the State of Florida at Gulf Coast Center in east Lee County. The project included demolition of the existing 0.2 MGD water treatment plant and conversion of existing potable wells to irrigation wells.

Page 98: Soq For Rfq 09 08 Cdm

Patrick J. Day, PE Permitting

TKW Consulting Engineers 2 Day

Shell Factory Sewer System, North Fort Myers, FL Project Manager for the design, permitting and construction of 2 lift stations and 4,000 linear feet of force main to connect the Shell Factory sewer system with the North Fort Myers Utilities system Fiddlesticks County Club Wastewater Plant, Fort Myers, FL Project Manager for rehabilitation and permitting issues for the 0.25 MGD plant Oak Park Village Wastewater System, Alva, FL Project Manager for the design and permitting of modifications that included the replacement of the existing 25,000 GPD extended aeration plant Collier County North County Water Reclamation Facility Project manager for the bidding and construction phases of the 37 MGD pumping station Fiesta Village Advanced Wastewater Treatment Plant, Fort Myers, FL Project Engineer for upgrade from a 2.5 MGD to a 5.0 MGD capacity Burnt Store WTP/WWTP, Charlotte & Lee Counties, FL Project Engineer for on-site inspections of the 0.914 MGD water treatment plant and distribution system; the 0.50 MGD wastewater treatment plant and collection system, and the Deep Creek wastewater collection system Lee County Utilities Water Distribution System, Lee County, FL Project Engineer for hydraulic modeling of the entire water distribution system to eliminate problem areas, locate interconnections between water plants, and provide future storage tank locations Bonita Golf & Country Club, Bonita Springs, FL Project Engineer for a 0.50 MGD wastewater treatment plant with Class One reliability for reuse, 13 lift stations and 17,000+ linear feet of force mains Pine Island Wastewater Collection Transmission System, Pine Island, FL Project Engineer for three lift stations and 40,000 linear feet of force mains Big Cypress Elementary School Wastewater Plant, Naples, FL Project Engineer for the design and permitting of a replacement of the 20,000 GPD wastewater treatment plant

Education School District of Lee County, Lee County, FL Program Manager for development and completion of a priority matrix, based on five local fire district boundaries, which addressed all public school fire safety issues within the boundaries. The project required assignation of architectural firms and general contractors to make site visits to the schools in an effort to determine immediate life and safety issues, followed by other issues in a priority sequencing, allowing less critical concerns to be incorporated into two, five or ten year capitol improvement or renovation plans. All aspects of the program were successfully coordinated with the State of Florida Department of Education. Municipal / Institutional City of Fort Myers Yacht Basin Renovation, Fort Myers, FL Project Coordinator for project design and reconstruction of the yacht basin in downtown Fort Myers Aviation / Ports Punta Rassa Boat Basin Restoration, Fort Myers, FL Project Manager for the restoration of the Punta Rassa Boat Basin, including the removal of odorous muck, the creation of a salt marsh, and expansion of the docks by 25 slips

Page 99: Soq For Rfq 09 08 Cdm

Ronald J. Dare – Procurement and Subcontracts Education ■ B.S. – Environmental Engineering,

University of Florida, 1983

Professional Registrations and Numbers ■ Engineer–in-Training, Florida (1984) ■ Class A WWTP Operator, Florida #A-6718 ■ Design-Build Institute of America Certificate of Mastery

Mr. Dare has more than 20 years of experience in the wastewater industry. He has served as regional construction manager for a medium sized general contractor, project manager for a large Florida utility, and chief operator for a 15-mgd water reclamation facility. His primary experience has been in project management, wastewater operations and treatment, and process optimization.

Construction Manager, High Service Pumping Improvements D-B, Tampa, FL, 2008-2011. This project includes the design, permitting and construction of high service pumps at the 156-mgd David L. Tippin Water Treatment Facility and at the Morris Bridge Water Treatment Plant. Mr. Dare served as construction manager for the phased replacement of the variable frequency drives and high service pumps, as well as improvements to the clearwell and yard piping. Phase 1 design and construction services total $2.8 million.

Project Team Manager, Babcock Ranch Community Design-Build-Operate Water and Wastewater Facilities, Fort Myers, FL, 2007-2011. This $30 million project is the first phase of a new environmentally friendly community that will ultimately consist of 19,500 residential units and 6,000,000 square feet of non residential space. The new water and wastewater facilities include a water treatment plant, water reclamation facility, LEED® certified operations building, deep injection well, water production wells and 30,000 feet of raw water transmission pipeline.

Project Manager, Iron Bridge Water Reclamation Facility Deep Bed Filters and ABW/CCC Conversion, Orlando, FL, 2006. This $9.7 million project consisted of the addition of six new deep bed filters, the demolition of an existing ABW structure and conversion to a chlorine contact basin, and the rehabilitation of the existing post aeration basin. The work also included demolition and disposal of four 150-foot concrete domes. Mr. Dare was responsible for contract administration, budgeting, cost control, planning and scheduling, purchasing and subcontract agreements.

Project Manager, Eastern Regional RCW Distribution System – Pump and Storage Facilities, Orlando, FL, 2006. This $8.5 million project included construction of one 4-MG concrete storage tank, installation of four 750-HP high service pumps and four 150-HP transfer pumps, and all ancillary yard piping, power and instrumentation systems. Mr. Dare’s responsibilities included shop drawings and submittal review, purchasing, subcontractors and suppliers, budgeting, scheduling, project staff, field issues, pay applications and change orders.

Project Manager, Murphree Water Treatment Plant and Kanapaha Water Reclamation Facility Petroleum Tank Replacement, Gainesville, FL, 2004. This $500,000 project replaced eight single walled underground fuel storage tanks with new above ground double walled storage tanks. Mr. Dare’s responsibilities included excavation and disposal of existing fuel tanks and piping, site preparation, clean-up of contaminated soil, fuel piping and tank installation, and installation of ancillary safety and control equipment.

Operations Specialist, SCADA System Needs Assessment, Sanford, FL, 2007-2008. This project assesses opportunities and makes recommendations for upgrades to the City of Sanford’s water and wastewater SCADA system. Mr. Dare was responsible for identifying improved operation and maintenance efficiencies through automation and more effective process control strategies.

Construction Services, Dakin Avenue Box Culvert Improvements, Kissimmee, FL, 2007-2007. Mr. Dare performed limited construction services for the rehabilitation and replacement of a stormwater conveyance system located in Kissimmee, Florida. The system was comprised of 3,000 feet of 5-ft by 4-ft concrete box culvert. The services included a constructability review of design documents and the evaluation of bidders and subcontractors.

Project Manager, Kanapaha Water Reclamation Facility 5.0-mgd Expansion, Gainesville, FL, 2005. This $10.1M project increased plant treatment capacity from 10 mgd to 15 mgd. Mr. Dare’s responsibilities included managing this project from final design to project closeout. This included value engineering, preparing bid documents, reviewing shop drawings, scheduling, issuing requests for information (RFIs), negotiating change orders, monitoring contract and construction standards, and coordinating startup and training.

Page 100: Soq For Rfq 09 08 Cdm

Dwayne R. Arnold – Scheduling Education ■ B.A. – Mechanical Engineering, University of

Houston, 1987

Training/Certifications ■ P3 Sys Admin Certification Primavera Enterprises, 2002 ■ P3e Sys Admin Certification Primavera Enterprises, 2002 ■ P2 Local Configuration Manager Training USACE P2 IF

System, 2004 ■ P2 Project Delivery Team Training, USACE P2 IF System, 2004 ■ Oracle Discoverer Admin Certification, Oracle University, 2005

Mr. Arnold has over 25 years of experience in the construction field. His experience includes engineering, design, petrochemical/chemical, planning, scheduling, project controls, project management, civil works, environmental, and database development.

Project Controls Manager, Wet Weather Improvement Program, Metropolitan Sewer District, Cincinnati, OH, 2007-2009. As Project Controls Manager, Mr. Arnold leads a group of approximately 5 schedulers and 20 project managers in developing, maintaining, and reporting on schedules for the $4 billion, 27-year Wet Weather Improvement Program for the Metropolitan Sewer District of Greater Cincinnati. This program consists of approximately 400 different projects, 120 of which are active and ongoing at any given time. As part of this project, Mr. Arnold designed and implemented an Enterprise Project Controls Process and Schedule System (P6) for the program; developed and maintained a Master Schedule Program Management Process for providing top management with up-to-date status and analysis tools; developed and implemented several Project Controls Procedural documents designed to implement industry standards and best practices for scheduling and project controls; and developed and implemented a process for reviewing and monitoring design deliverables and contractor schedule submittals.

Senior Scheduler/Project Controls Manager, PMC Solutions, Jacksonville, FL, 1997-2002. As a senior scheduler, Mr. Arnold was responsible for developing and managing project schedules and for developing and deploying detailed reports of project performance, financial analysis and risk analysis. In the capacity of project controls manager, Mr. Arnold was responsible for the initial effort to develop and deploy a set of standard civil works schedules to support the USACE Jacksonville District business process. He provided training and project support for the P3e Project Management system for central and south Florida.

Senior Project Manager/Primavera P3e Subject Matter Expert/Primavera Database Administrator, CNI Technology, LLC, Oklahoma City, OK, 2004-2006. As a database administrator, Mr. Arnold was responsible for the operations, maintenance, and upgrade of the USACE Jacksonville District Primavera databases. As a senior consultant, Mr. Arnold served on the contract team that supported the USACE Jacksonville District program controls branch. This team advised the branch on all matters concerning project planning, scheduling and management, as well as development and management of the Primavera project management systems.

Senior Project Manager/Primavera P3e Subject Matter Expert/Primavera Database Administrator, CSC DynaCorp, Pensacola, FL, 2002-2004. Mr. Arnold was responsible for the operations, maintenance, and upgrade of the USACE Jacksonville District Primavera databases. In addition, as a co-database administrator, he was responsible for the operations and maintenance of the USACE and SFWMD co-managed P3e database residing in the South Florida Water Management District Office, West Palm Beach, Florida. He was responsible for the design, implementation, and documentation of a plan to deploy a stabilized P3e database restructured to support the USACE Jacksonville District business process.

Page 101: Soq For Rfq 09 08 Cdm

Marion J. (Mert) Snow – Safety Manager Training ■ Coursework: University of Utah; Salt Lake Community

College Environmental Training Program; 40-hour HAZWOPER; Mountain Crest Training; Contractor Supervisor Asbestos Abatement; 16-hour RAD Worker II Training; First Aid and CPR Training; OSHA Subpart P Training; OSHA 10 hour and 30 Hour Outreach Training; Training in Electrical Safety; OSHA Hazard Recognition; Hazard Communication; Lockout/Tagout, Fall Protection; Crisis Management

Certifications ■ Certified HDPE Fusion Welder; Certified Asbestos

Abatement Supervisor; RAD Worker II Certification; Firefighter’s Certificate; OSHA 10 & 30 Hour Instructor; Red Cross CPR/AED/First Aid Instructor

Mr. Snow has more than 25 years of experience operating heavy equipment and safely supervising infrastructure construction and environmental remediation projects. He has worked on diverse projects involving environmental remediation, site restoration, golf course construction, asbestos abatement, residential and commercial building construction, underground utilities, road construction, underground mining. In the environmental arena, Mr. Snow has participated in the construction of remediation measures, including capping, site closure, golf course construction on a closed landfill, low-level radioactive waste cleanup, explosive ordnance disposal, reactive and hazardous materials cleanup, and disposal and the decommissioning, decontamination, and demolition of contaminated facilities. He has extensive experience in the operation of heavy equipment and safe execution of project construction activities to ensure productive, safe, and efficient delivery of projects. Mr. Snow has supervised teams of up to 60 people and has provided all aspects of construction management, including quality assurance/quality control (QA/QC) and health and safety management.

Site Manager, North Reverse Osmosis Facility Wellfield Expansion, Dare County, NC, 2002-2004. Mr. Snow was the site manager for the installation of six municipal production water wells and approximately 28,000 feet of associated raw water lines to convey water to existing County WTPs. His duties included subcontractor management, interpreting plans and specifications to subcontractors, and inspection and documentation of work in progress for adherence to plans and specifications. He was also responsible for establishing working relationships and coordinating project activities with federal, state, County and local authorities.

Site Manager, Lantana Hills Golf Course, Palm Beach County, FL, 2005-2007. Mr. Snow was site supervisor for the construction of an 18-hole golf course that was constructed on a closed landfill in Palm Beach County. The work included importing fill material for rough grading of golf course earthwork; final shaping and finish grading of playing surface, tees, greens and bunkers; cart paths; landscaping and grass installation; testing and startup of irrigation systems; and construction of a 42,000 SF lined irrigation pond. Mr. Snow worked closely with designers, engineers, sub-contractors, owners and County planning, zoning and building departments to ensure the timely completion of the project.

Construction Management, Stormwater Modification, Confidential Client, Orlando, FL, 2001. Mr. Snow was the construction manager during relocation of two 10-acre stormwater retention ponds for a confidential client. The work included the excavation of both ponds, the backfill of the original ponds for future site development, and the installation of 1,200 feet of 10 foot concrete box culvert and 1,800 feet of 96-inch reinforced concrete pipe (RCP) to accept stormwater runoff. Mr. Snow was also responsible for the installation and management of stormwater controls during the construction period in compliance with NPDES.

Construction Manager, WWTP Demolition, Miramar, FL, 1999. Mr. Snow managed the demolition of a decommissioned WWTP for the City. Project work included managing labor and equipment for the removal and disposal of all structures, foundations, process equipment, and piping above and below ground.

Site Safety Manager, North Pond Closure/Remediation and Replacement Project, Shell Deer Park Refinery, Deer Park, TX, 2007-2008. Mr. Snow was part of the construction team working closely with Shell’s project management team. The refinery, the 6th largest refinery in the U.S., is working under a consent decree from the EPA to close its 5 million gallon stormwater impoundment basin. The basin had to stay operational during the closure and retrofit process, and then be brought back on-line with a fully environmentally compliant, lined 9 million gallon stormwater impoundment basin. CDM was retained to provide D-B.

Page 102: Soq For Rfq 09 08 Cdm

Craig A. Gadberry, P.E. – Lead Cost Estimator

Education ■ B.S. – Civil Engineering, Purdue University, 1993

Professional Registrations and Numbers ■ Professional Engineer: Florida (1999), No. 55988,

Expiration: 28-Feb-2011 ■ General Contractor: Tennessee (2002), Virginia (2004),

North Carolina (2008), South Carolina (2008) Mr. Gadberry is a chief estimator where he manages estimating for the Southeast Region of CDM. With over 15 years experience in water and wastewater treatment plant construction, he has a broad range of management, estimating and scheduling knowledge of projects. He is knowledgeable with all forms of estimating. His responsibilities include the preparation of feasibility estimates, conceptual estimates, preliminary design estimates, final design estimates, detailed bid estimates, and change order pricing and negotiating. He is experienced in alternate delivery methods including Design-Build and CM at Risk. He is skilled in the use of many software packages including Timberline, Primavera, and Insite Sitework.

Chief Estimator, WTP Expansion, Valdosta, GA, 2006-2008. Mr. Gadberry served as CDM’s regional chief estimator for the EPCM expansion of the City’s WTP from 15 mgd to 23 mgd as designed by CDM. He was responsible for all aspects of the project’s cost proposal which assisted in the on-time completion within the GMP budget.

Chief Estimator, Arbennie Pritchett WRF, Okaloosa County, FL, 2007. Mr. Gadberry served as CDM’s regional chief estimator for the D-B delivery of a 10 mgd water reclamation facility worth $49.4 million. Mr. Gadberry directed the estimating team in producing a winning cost proposal that was rated as technically superior to all competitors in a qualifications-based selection process. He assisted with “trending” of the project from design through bidding of construction packages to assist in monitoring of the cost budgets.

Chief Estimator, WWTP Upgrades, Kingsport, TN, 2006-2011. Mr. Gadberry served as CDM’s regional chief estimator for the $22.3M EPCM rehabilitation of the City’s 12.5 mgd WWTP to bring it into compliance with permitted discharge limits. He is responsible for all aspects of developing the project’s cost proposal and for “trending” during the bidding and contract execution of bid packages.

Chief Estimator, North Reverse Osmosis Facility Wellfield Expansion, Dare County, NC, 2002-2004. Mr. Gadberry served as CDM’s regional chief estimator for the Construction Management-at-Risk expansion of the wellfield, providing raw water to the North Reverse Osmosis Facility as designed by CDM. He was responsible for all aspects of the project’s cost proposal. The project achieved on-time completion, along with final cost of 14 percent under the GMP budget.

Project Engineer, Arlington East Water Reclamation Facility, Jacksonville, FL, 1995-1997. As project engineer, Mr. Gadberry handled the day-to-day duties of the mechanical project engineer, which included procuring mechanical materials for the superintendent and mechanical foreman, purchasing consumable items, mechanical submittals, and pipe drawings for the mechanical (process pipe and equipment) portions of the project.

Chief Estimator, Piney Point Phosphates Phosphogypsum Stack System Closure, Palmetto, FL, 2005-2008. Mr. Gadberry served as regional chief estimator for the $52 million fixed price closure project for an abandoned phosphogypsum stack system in Palmetto, Florida. The project consists of treating and disposing of 950 million gallons of contaminated surface and groundwater, closure of the phosphogypsum stack system, including an estimated 575,000 cubic yards of gypsum earthwork, 1,100,000 cubic yards of cover soil, 12,000,000 SF of HDPE liner and 345 acres of seeding and sodding.

Page 103: Soq For Rfq 09 08 Cdm

Stephen M. Hoffman – Startup and Commissioning Education ■ B.A. – Organizational Management, Warner

Southern College, 1993 Certifications ■ Wastewater Plant Operator: Florida Class A ■ Water Plant Operator: Florida Class C ■ Licensed Vulnerability Assessor/ Trainer:

Sandia RAM-WSM

Professional Registrations and Numbers N/A

Operations Specialist, Reverse Osmosis and Nanofiltration Facilities, Various Dates. Mr. Hoffman was responsible for O&M services which include electronic O&M manual, operator training and startup assistance for reverse osmosis water treatment plant improvements in Newport News, Virginia; Boca Raton, Florida; and Deerfield Beach, Florida.

Project Manager, Orange County Utilities Plant and Field Specialist Certification Program, Orange County, FL, 2006. Mr. Hoffman led the development of certification requirements and policies for plant and field specialists. Through the program, specialists gain certification in water and wastewater treatment plant operation, water and reclaimed water distribution system operation, and wastewater collection system operation. Mr. Hoffman led workshops and developed tests for proficiency measurement in 12 areas of proficiency upon which the plant and field specialists become certified.

Project Director, District of Columbia Water and Sewer Authority (DCWASA), Wastewater Treatment Facility, O&M Training Program, 2003. Mr. Hoffman’s responsibilities include curriculum design, preparation and delivery of training for O&M personnel; organizational development activities such as conducting and training needs analysis; revisions to existing human resource policy and recommendations for changes to existing job descriptions; development of testing and performance criteria; and implementation of an operator certification program. Additionally, Mr. Hoffman is responsible for study, design and implementation of virtual and physical facility models of the Blue Plains advanced wastewater treatment plant, collection system, and water distribution system.

Water Treatment Facility Operations Specialist, O&M Manual, Austin, TX, 2001. Mr. Hoffman co-developed the multimedia O&M manual and process assistance system (PAS) for the Albert Ullrich Water Treatment Plant. The PAS provides on line process assistance to operators when operational problems are encountered.

Project Manager, Infrastructure Asset Evaluation, Daytona Beach, FL, 2007. Mr. Hoffman is managing a fast-track project assess the above-ground assets for the City of Daytona Beach and develop recommendations and associated costs for repair and replacement. A condition assessment database being implemented and will establish baseline conditions for prioritizing the City’s capital improvement projects.

Page 104: Soq For Rfq 09 08 Cdm

Jeffery A. Mucha – Piping Foreman

Education ■ Competent Person Awareness ■ Trenching, Shoring and Excavation Safety Training ■ Fall Protection and Confined Space Entry Training ■ OSHA 30-hour Construction Health and Safety

Professional Registrations and Numbers N/A

Mr. Mucha holds over 20 years of experience in the construction field. He is skilled in all types of formwork, gang forms, concrete design and pour techniques, beam, column, and reinforced steel construction methods. Mr. Mucha’s experience includes owning a construction company where he was responsible for all aspects of the business. Examples of his work experience are provided below.

General Superintendent, Kingsport Wastewater Treatment Plant Improvements, Kingsport, TN, 2006-2011. Mr. Mucha’s responsibilities include the coordination of all subcontractors and equipment, and total project supervision to meet project budget, schedule, and design requirements. He is also responsible for oversight of the company safety program. Improvements to this 12.5-mgd facility include replacement of the primary clarifiers sludge collection equipment replacement; improvements to the influent pump station, yard piping and flow splitting devices for several unit processes; conversion of the plant aeration process; addition of a fourth clarifier; improvements to the sludge pumping system; and additional sludge digestion capacity.

Owner, Heavy Construction Group, Inc. For this $1.5 million residential framing construction company, Mr. Mucha’s responsibilities included framing 150 houses per year; supervising over 30 employees and subcontractors; oversight of scheduling and payroll; quality and cost control; implementing safety programs; and maintaining quality relationships with builders, subcontractors, and superintendents.

Specialty Commercial Subcontractor, Boynton Beach, FL, 2001. This project, a $568,000 contract, consisted of lake side boardwalks, supported concrete slab with steel gazebo structure, formed and poured underground concrete baffle boxes, and anchor retaining wall systems.

Specialty Commercial Subcontractor, West Palm Beach Landfill Odor Control, West Palm Beach, FL, 2003. This project, valued at $700,000, consisted of the installation of a lift station, installation of an underground utility pipeline, and setting of mechanical equipment.

Specialty Commercial Subcontractor, City of Cape Coral Sports Complex, Cape Coral, FL, 2002. This $52,000 contract involved the installation of a lift station, an underground drainage system for two baseball fields and four soccer fields, and installation of scoreboards.

Specialty Commercial Subcontractor, Rockwell/PEC Orlando, Orlando, FL, 2006. This $28,000 contract consisted of building a concrete chemical retaining storage tank.

Commercial Contractor, Various Wastewater Treatments Plants in FL, NC, and SC, Various Dates. Mr. Mucha’s responsibilities included all types of form work and gang forms; installation of underground process pipe and valves in diverse soil conditions; concrete design and pour techniques; beam, column, and reinforced steel construction methods; installation of mechanical and process equipment; site development; heavy equipment operation; and various dewatering methods.

Page 105: Soq For Rfq 09 08 Cdm

Robert Accordino – Electrical Foreman Software Skills ■ Accubid Pro 7 Estimating ■ Microsoft Office Suite ■ Timberline Estimating System ■ Testing and Reporting

Professional Registrations and Numbers ■ Unlimited Electrical Contractors License, Florida,

No. EC13003795, Expiration: 31-Aug-2010 Mr. Accordino has more than 35 years of experience in the construction industry. He has served as an estimator , project manager, department manager working on a myriad of projects such as; airport runways, base electrical infrastructures, airport renovations, medium voltage projects, theme parks, high rise buildings, schools, retail, manufacturing, military bases, municipal, commercial and industrial projects, and emergency restoration. He is proficient in estimating, project management, marketing, bonding, contract management, personnel management, and departmental structuring ranging from small to large complex systems. Mr. Accordino provides estimates for numerous wastewater plants, water treatment plants, industrial sites, medium voltage projects, and government facilities.

Electrical/I&C Coordinator, Arbennie Pritchett WRF, Okaloosa County, FL, 2007-Ongoing. Mr. Accordino is the electrical and instrumentation and control coordinator for the 10 mgd WRF worth $49 million. Okaloosa County Water and Sewer Department owns and operates the 6.5- mgd Garniers wastewater treatment plant (WWTP); however, due to the plant’s age, location, and operational performance, the county decided to construct a new WWTP. CDM was selected to design, construct, outfit, start up, performance test, and obtain permits for the new Arbennie Pritchett WRF, which has been designed to initially treat 10 mgd with flexibility for future expansion.

Electrical/I&C Coordinator, Degasification Plants, Sanford, FL, 2009. Mr. Accordino is the electrical and instrumentation and control coordinator for this degasification plants project. Including review of submittal and closeout of electrical projects.

Prior to CDM Chief Estimator, Rilee Sandris Construction, Sanford, FL, 2006. Mr. Accordino’s responsibilities included marketing and estimating of airport runways, base electrical infrastructures, airport renovations, medium voltage projects, and commercial projects - Waste water plants, installation of airport runway lighting.

Senior Estimator, Hypower Electric, Orlando, FL, 2005. Mr. Accordino’s responsibilities included budgeting and estimating airports and runways and interior work, commercial work including security upgrades, court houses, parking garages, jails, offices, multi-family housing, site infrastructures, 15 K VA underground, campus infrastructures for Divisions 16 and 17, and commercial projects.

Chief Estimator, Florida Industrial Electric Inc./IES, Longwood, FL, 2004. Mr. Accordino was responsible for the estimating team including researching projects, marketing and the final review of bids for projects up to $12 million. He also estimated airport exterior and interior projects, industrial projects, water treatment plants, toll plaza, high voltage underground installations 5 kv – 35 kv, and generator systems.

Service Manager, Aneco Electric, Orlando, FL, 2004. Mr. Accordino developed a new service department for the Orlando area. He was responsible for the entire management operations which included: budgeting, marketing, estimating and development, staffing, training, and financial management.

Electrical Designer, KLG/Paige Engineering, Casselberry, FL, 1999-2000. Mr. Accordino’s responsibilities included designing tenant build-outs, for Architects, airport expansions, generator backup systems for power utility companies. He created a business plan for electrical and mechanical testing for corporate and branch offices.

Service Manager, Tri-City Electrical Contractors, Altamonte Springs, FL, 1972-1999. For 25 years Mr. Accordino was responsible for the total department and management operations which included: budgeting, marketing and business development, staffing, 20 trucks, 40 service technicians, training, estimating, financial management, scheduling staff, and managed over 1,000 projects per year.

Page 106: Soq For Rfq 09 08 Cdm

Robert Accordino

Training, Licenses & Experience

• Electrical Apprentice Program 4 years • Master Electrician Register Orange County and the

State of Florida • State of Florida Unlimited Electrical Contractors License • State of Florida Notary Public • High Voltage Splicing • High Voltage Testing and Safety • Fiber Optic Splicing and Category 5 • Computer Cabling • Photovoltaic Design • Grounding and Shielding • Alarm System Agent

• Security and Camera Systems • Fire Alarm Systems • Air Field Lighting • Accubid Estimating • Design and Application of Surge Suppression • Management and accounting training for business • Contractor management • Scheduling • Rollins Management Skills • Two years Junior College • Construction Safety and Electrical Arc Training.

Mr. Accordino has also completed the following training course: empowered leadership, construction management, contract law, change order procedures, arbitration, project management, marketing, numerous time management classes, self-improvement certificates, Rollins College leadership program, and continuous trade and electrical related class.

Page 107: Soq For Rfq 09 08 Cdm

Daniel Blocker BCI Technologies BCI Technologies Fort Myers, FL. 33966 Instrumentation, Controls, and SCADA 239-433-9600 Work Experience:

2005 – Present BCI Technologies, Fort Myers, FL. (BCI Technologies purchased Sterling Industrial Controls) Projects and Divisional Manager

Project Estimator, Manage all Projects from Design to Startup, Supervise (6) Engineers & Programmers and (4) Panel Shop Personnel.

Current Projects

• Lee County North RO Reprogram - Design and Reprogram entire plant control Allen-Bradley ControlLogix and CitectSCADA system for improved performance and control system design

• Marco Island RO Reprogram - Replacement Design and Program for the entire plant’s control system use Automation Direct Koyo PLC and Wonderware InTouch as a distributed control system for improved performance and control system design

• Lee County Gateway WWTP Expansion - Design and Program a completely new control system using Allen-Bradley ControlLogix and CitectSCADA

• Lee County North RO Well Field Expansion - Design and Program a new control system using Allen-Bradley Micro PLC and CitectSCADA

Projects Completed

• Daytona WTP Control System Replacement - Design and Program a completely new control system using Allen-Bradley RSLogix5000 and CitectSCADA

• Lee County North RO Well Field - Design and Program a new control system using Allen-Bradley Micro PLC and CitectSCADA

• Lee County Booster Station Standardization - Design and Program a new control system using Allen-Bradley Micro PLC and CitectSCADA so that any controls vender and implement a new booster station

• Lehigh Acres VPN and CitectSCADA Redundancy - Implement a VPN network linking three plants together and creating CitectSCADA redundancy between the individual plants’s PCs across the VPN Link.

1994 - 2005 Sterling Industrial Controls, North Fort Myers, FL. (Sterling Industrial Controls purchased by BCI Technologies) Project Manager & Projects Engineer

Project Estimator, Purchasing, Lead Design, Lead Programmer, Field Startup Tech., and Trainer

Projects Completed

• Lee County Pinewoods RO Pre-program - Complete reprogramming of plant’s PLC and CitectSCADA systems

• Lehigh Acres – Lee Boulevard Pump Station Ammonia Injection - Add Modicon PLC for controls and CitectSCADA

• Lee County Corkscrew ASR Well Field PLC Replacement - Replace current system with Allen-Bradley Micro PLCs and add CitectSCADA

• Lee County Airport Haul Pump Station - Add new Allen-Bradley PLC and CitectSCADA controls

• Lee/Hendry Landfill UF and RO System - Add new Allen-Bradley PLC and CitectSCADA controls

• Lee County Miners Booster Station – Design, Program, and Replace current system with new Modicon control panel and CitectSCADA

• GPIWA Scallop Road Pumping Station - New Siemens PLC and Siemens Operator Interface system

Page 108: Soq For Rfq 09 08 Cdm

Daniel Blocker BCI Technologies BCI Technologies Fort Myers, FL. 33966 Instrumentation, Controls, and SCADA 239-433-9600

• North Collier County WWTF Deep Injection Well - Add new Allen-Bradley PLC system to plant

• Older Project – DCF Pumping Station, Fort Myers Beach (3) Pumping Stations, Lee County Fiesta Village WWTP Expansion, Ernest Lyons Lift Bridge, Evans Cary Lift Bridge, 17th Street Causeway Lift Bridge, Ballard Road Master Pump Station, South Collier County WRF Expansion

1989 - 1994 Fastron Corp., Fort Myers, FL.

Plant Maintenance Manager • Development and implementation of a Preventive Maintenance Program • Maintenance of production machine (electrical and mechanical) • Design and construction of new automation equipment

1987 - 1989 Bliss & Laughlin, St. Charles, IL. Maintenance Manager for 2nd Shift • Electrical and mechanical trouble shooting and maintenance

1982 - 1987 Cap & Seal Co., Elgin, IL. Plant Manager • Production Scheduling, Schedule and supervise 20 operators and 5 maintenance personal • Mechanical and electrical maintenance of 15 stamping machines

Education: 1982 - 1987 Elgin Community College, Elgin, IL.

Dean’s List for 5 years

AC & DC Theory, Micro-electronics Theory, Advanced math subjects, Basic and C+ programming, Drafting, Chemistry

2001 - 2004 International College, Fort Myers, FL.

Associates degree in Computer Information Technology; Graduated with a 4.0 GPA

Emphasis courses: Network Architecture, Windows 2000 Server, Computer Hardware and Software, Advanced Microsoft Word, Excel, Access, Power Point, Advanced Visual Basics, Web page development, Database Administration

Certifications

MOUS certification in Microsoft Word and Excel; A+ certification; Network+ certification Allen-Bradley PLC programming - Level 1 and Level 2 Modicon PLC programming - Level 1 and Level 2 Wonderware SCADA programming – Level 1 Citect SCADA programming – Level 1

Programming Languages:

• Allen-Bradley PLC programming (PLC-5, SLC-500, RSLogix5000) • Modicon PLC programming (Momentum, Compact, Quantum) • Automation Direct PLC Programming (entire Koyo Product line) • Wonderware InTouch SCADA programming • CitectSCADA programming • Intellution Fix32 SCADA programming • AutoCAD 2008 • Microsoft FrontPage, Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft Power Point,

Microsoft Projects • Adobe Acrobat (creating electronic documentation)

Page 109: Soq For Rfq 09 08 Cdm

July 2009 FORM F-1

FORM F PROJECT SCOPE AND APPROACH

Form F-1 through Form F-7 a. The Project Team’s approach and understanding in establishing a collaborative working partnership with

the Owner.

The process selection, design, and construction process for public utility projects has changed dramatically over the years. In the current climate, the client demands meaningful participation in the process selection and design of the facilities, the construction arm wants significant participation in the design review process, all parties want greater oversight over the construction process to minimize schedule delays and change orders, and the public wants their safety and property values protected,. While consensus building is important in all projects, it is mandatory in a process that will modify existing facilities and potentially impact operations. Dictatorial attitudes or failure to collaborate by any party to the process will, at a minimum, delay and complicate the project or, at worst, result in a deadlocked process with the great possibility of runaway costs and the threat of litigation. Early in the project cycle, CDM would propose a workshop program to facilitate timely, informed communication and decisions with LCU on critical project issues. This approach will streamline the technical decision-making involved in design development. We propose to review results of investigations, discuss technical issues, and make decisions with LCU in a series of focused workshops. In these workshops, our team, which consists of CDM staff and several local subconsultants (TKW, Barraco, RKS, and BCI), will take the responsibility for presenting material in a concise, prioritized manner. LCU will be able to focus on those critical issues and decisions that have a key impact on shaping the project, while avoiding lengthy review and comment periods. Workshops will be sequenced to support the project decision-making and design development schedule. This process would initiate with an initial stakeholder partnering meeting to “vest” stakeholders in the project. This Workshop will establish the “rules of the road” and the specific technical, administrative, political, and financial goals. The initial technical workshops will be geared towards confirming project objectives and constraints, discussing LCU staff design and equipment preferences, and focusing on critical technical decisions and tangible asset influences such as redundancy and reliability. Later workshops will provide opportunities to receive LCU comments on the developing design and the effects that it has on the project cost. Typically design review workshops would occur at the 15, 30, 60, and 90 percent completion stage phases of the project design. In addition constructability reviews, project cost reviews and schedule impacts would occur at the 60 and 90 percent completion stage as further discussed in this Form F. The workshop approach will allow the design period to move much faster than the traditional approach, while still affording LCU control over both the technical and project decisions made and the development of the final design. CDM will develop the design in 3D. Our design workshops will include discussions revolving around model views in addition to review of 2D drawings. In using 3D models, CDM has found that stakeholders get a better visualization of the form of the job in less time, and have more meaningful input to the design. We also strongly encourage LCU operations and maintenance staff to participate in all design workshops. When the design has been advanced to a point that LCU and CDM are comfortable with the form and function of the job, and the design elements have been developed to a point agreeable to both parties, CDM will develop a GMP proposal to deliver the construction and commissioning of the new facilities. The proposal will include a detailed breakdown of all costs and contingencies. LCU and CDM will then negotiate the GMP and execute a contract for CDM to deliver the construction and commissioning at a GMP. The negotiations will address disposition of funds remaining if the project is completed under the GMP. CDM as prime will carry all risk for any project costs over the GMP. CDM will maintain an open book on all subcontracts and project costs, which may be viewed by LCU at any time. Once in construction the level of collaboration between CDM and LCU would need to increase in frequency and depth of conversation to address the myriad of day-to-day issues that arise when performing construction at an active, working water treatment facility. It would be expected that daily meetings would occur with the CDM Construction Superintendent, the North Lee County RO WTP Chief Operator, and LCU’s Construction Administrator at a minimum. Regular, periodic meetings with the design and construction teams throughout the procurement and construction will be initiated by the CDM Project Manager. These meetings will be used to communicate construction and design change issues; address alternatives in material, equipment, and layout; update status of schedule and cost estimates; as well as local labor status; and any other issues or barriers to success for the project. As major equipment items are placed and startup/calibration activities occur as well as when construction nears completion, operations staff would be strongly encouraged to attend these activities to smooth turnover of operations. The most essential element of our collaborative working partnership approach would also focus on protocols for effective communications, in particular between the designated LCU Representative and the CDM Team’s management. This communications plan defines the preferred modes of communication for all of the various parties involved in the project. Our project team recognizes the diverse makeup of the stakeholders who must be kept informed during the progress of the project. These stakeholders consist of representatives of LCU, the

Page 110: Soq For Rfq 09 08 Cdm

July 2009 FORM F-2

Lee County Commission, regulatory agencies; any affected surrounding community, and the utility customers. However, the most vital link is the direct communications between the representative management staffs of the two prime entities, Lee County and CDM staff. We will tailor our communications protocol for this project to ensure that information exchange occurs by the preferred method and frequency for each of the interested parties in addition to the Workshop approach described above. At a minimum, we will identify the prime contact with each entity involved in the project. We will also define methods of communication (telephone calls, e-mail, project website, paper copy correspondence, etc.) to be utilized during the course of the project. Furthermore, the frequency of communications will also be established for each of the parties, particularly stressing the nature of communication with LCU and within the project team. CDM will work with LCU to determine principal points of contact for the project. Project communications with LCU will be through Paul Pinault, the Project Principal. Mr. Pinault was employed in the public sector for over 30 years, prior to joining CDM. During that time he also ran one of the largest utilities in New England and is keenly aware of the need for good open communications between the client and their consultant in order to have a successful project. All communications must be prompt and thorough. Mr. Pinault, located within minutes of LCU, can respond to any LCU request for face-to-face meetings within an hour or so. In addition, CDM will utilize project meetings on a bi-weekly and monthly basis for various aspects of the project delivery. Progress will also be documented in monthly progress reports that detail design and construction progress, provide materials and cost information, address select technical matters, document the project safety record, and provide a briefing on specific achievements and activities to be completed in the upcoming month and three month timeframes. In addition, these reports will confirm schedule, and that all project concerns are being addressed. The reports will also include a confirmation that each design activity has been reviewed for possible cost savings and quality enhancement. b. The Project Team’s understanding of the project, approach to successful completion, specialized skills

needed, special considerations and possible difficulties in completing the project.

The North Lee County RO WTP was originally designed to produce 5 mgd of LPRO permeate using two RO trains. In addition, it was originally planned to use 1.0 mgd of raw water blending for a total finished water production capacity of 6 mgd. Due to unexpectedly high chloride concentrations in the raw water supply, the facility can only produce approximately 3.35 mgd. In addition, the facility has decreased the product water recovery rate from 80% to 75%. This situation has resulted in the need to operate all three feed water pumps under the current scenario. Membrane operation has also suffered from strontium sulfate scaling with the need to replace membranes after a less than successful cleaning attempt. To meet system-wide demand that is made more difficult to meet when the Olga WTP is constrained by algal blooms and high TDS levels in the surface water source, LCU desires to expand the North Lee County RO WTP to a RO permeate capacity of 10 mgd. Considerations for this expansion include:

• A potentially undersized raw water line entering the plant. Specifically, this 16-inch diameter line would result in a 14.8 feet per second flow rate at 10 mgd permeate production and a 75% recovery rate. This flow value is at the upper range of allowable flow rates for stainless steel.

• Need to significantly increase feedwater pump motor size including an analysis of the degree that raw water could further degrade and subsequent increases in feedwater pressure. For similar projects in Southwest and Southeast Florida, CDM typically assumes a 50% degradation factor.

• Changing the interstage booster pumps from constant speed motors to VFD motors to (1) provide better flux control in the two stages and (2) decrease feedwater pump discharge pressure.

• Potential need to upsize the Electrical Room to accommodate the higher motor horsepower demands and to accommodate the new VFDs for the interstage booster pump.

• Relocation of the acid injection point from the pre-treatment system to the total permeate line to (1) eliminate the strontium sulfate scaling problem and (2) greatly reduce acid consumption due to the relatively low alkalinity in the permeate water.

• Adding new membrane skids into areas that are very tight and may present conflicts with the current trenching system. • Need to upsize certain chemical metering pumps

Successful completion of the project will require that the following action be taken in an expedited manner:

• Re-visit the raw water quality data trends and compare to near-by well fields for further potential degradation. Possibly, perform additional groundwater modeling to achieve a conservative estimate of final degradation factor.

• Assess the new electrical demands and determine the need to expand the Electrical Room. • Assess the engineering and economic case for installing energy recovery devices using any available residual

concentrate pressure. • Assess the ability to add pressure vessels and membrane elements to the existing skids. The current “gap” between the first and

second stage skids could allow additional stalks to each skid. Also assess the ability to add pressure vessels to the top of each skid. This approach would allow some immediate additional capacity and perhaps only require the construction of one additional

Page 111: Soq For Rfq 09 08 Cdm

July 2009 FORM F-3

membrane skid. • Strongly consider an alternative membrane skid design that is more traditional in the layout of the skid but also uses a multiported

design approach to expedite manufacturing and minimize cost. • Determine the need to replace the current raw water line with subsequent need for temporary raw water piping and new chemical

feed lines. The above actions will require that an initial working group of LCU operations staff, process specialists, electrical and mechanical engineers, and construction personnel be formed at, or even before, the initial Kickoff Meeting to expedite these fundamental decisions. In particular, a Membrane Systems Supplier would be included on this working group to provide expert advice on the available methods to (1) expand an existing skid and/or (2) optimize the design of a new skid membrane skid. The selected personnel must have actual, hands-on experience in the design, construction, and operation of multiple RO or nanofiltration facilities. c. The Project Team’s approach to meet the project schedule.

Our philosophy in safely delivering a D-B project with complexities and tight milestones is to: • Listen to the needs and issues of our client and the project’s regulatory requirements • Build upon our understanding of the project goals through a logical and well thought-out design layout • Deliver the project to meet milestones through a sequenced approach created to minimize operational impact. Part of the continual development of the project team is the creation of the project schedule that meets or exceeds all of the project objectives and milestones. Earlier we noted the importance of developing a partnership of trust with all of the project stakeholders. An emphasis was placed on the need for clear lines of open communication. These two critical elements of a successful project, trust and communication, work together to provide the roadmap of a successful project in the development of the project schedule. To develop a full understanding of permitting requirements, CDM will meet with regulatory agencies to review required permits, submission requirements, and approval checklists. This will allow CDM to provide them with what is needed to fulfill their duties and obligations, and at the same time, provide for a timely issuance of permits. Together with LCU, our proposed permitting program will be efficient, effective and achieve the needed results for the project. The project schedule for LCU will be focused, fast-tracked and will achieve the plant upgrade and expansion within the constraints of the project so that the upgraded plant is on line by March 2011. The schedule, and its accompanying maintenance of plant operations (MOPO) plan, developed together with the LCU plant and operations staff, will achieve the desired results. The schedule and MOPO plan will provide safeguards and a program that is not at risk of causing interferences or disruption of your on-going operations of the plant. It will not compromise the strict need to maintain high standards of water quality and drinking water at all times during the course of the project. CDM is confident that our proposed approach to developing project schedules will serve LCU and your project well, and we will continue to update and improve upon the schedule whenever an opportunity arises. As noted herein, we are offering a seasoned team of both design and construction professionals that can and will deliver the project on time and within the schedule. d. The Project Team’s approach to facilitating the permitting process, utility and agency coordination, and

Quality Control/Quality Assurance

CDM will prepare applications for permits as may be required and related to the Contract. As part of the CDM team, TKW, a well known local firm, will coordinate the permitting effort. TKW has established a solid relationship with the local permitting agencies and Trudi Williams, P.E., will be the permitting liaison for the project. Her experience and exposure as SFWMD Chair, coupled with more than two decades of high-level permitting agency negotiation experience, makes her a valuable asset to the project for all levels of permitting. Permit-related work shall include furnishing required data, drawings, and other information requested and assisting LCU in obtaining required permit approvals. TKW will submit permit applications to LCU for review and meet with LCU, as required to discuss LCU’s review comments. TKW will revise the applications as required and submit to appropriate regulatory agencies for review and approval. TKW will meet with the reviewing agencies as necessary to explain and clarify permit application materials. TKW will provide written responses to all Request for Additional Information (RAI). The permits to be obtained could include the following permits: • The Lee County Health Department will require the submittal of an Application for a Specific Permit to Construct PWS Components to

construct the proposed expansion and ancillary process expansions. The Florida Administrative Code (FAC) allows the use of the Preliminary Design Report in lieu of complete specifications and drawings for permitting the construction of the improvements. The review time for the Health Department permit is usually 30 days and the permit typically is issued within 60 days.

Page 112: Soq For Rfq 09 08 Cdm

July 2009 FORM F-4

• A building permit for the internal (and any external) changes will be required prior to construction. A set of drawings and specifications will be submitted to Lee County Building Services for preliminary review at the 90% design complete level to speed up the building permit process. Since this is a LCU project, the final signed and sealed design drawings will be submitted by the Design Team to LCU who will then submit for the building permit internally to Lee County Building Services. The team will provide all supporting documentation and responses to any RAI’s.

The following permits will be required if an expansion to the existing process building is required and this causes an increase in the impervious coverage at the site: • A modification to the existing Environmental Resource Permit will be required by the South Florida Water Management District

(SFWMD) for the changes to the existing stormwater drainage system. SFWMD has a turnaround time that is roughly 90 days. • The U.S. Environmental Protection Agency (USEPA) will require a NPDES Stormwater construction Notice of Intent application and

preparation of a Stormwater Pollution Prevention Plan. These plans are required to be submitted by the construction contractor. TKW will provide any drawings and specifications needed for the submittal.

• Lee County will require a Lee County Development Order if the process building is expanded. Since this is a Lee County Utility (LCU) project, the design drawings will be submitted by the Design Team to LCU who then submits this application internally to Lee County Development Services. The team will provide all supporting documentation.

In terms of QA/QC our project team will utilize CDM’s well-established procedures for quality management. CDM has codified our own QA/QC requirements in a Quality Management Procedures Manual for design-build projects. QMP-4 was developed based on CDM’s extensive experience as an engineer-led design-build firm. The CDM internal QA/QC manual for design-build projects (QMP4) will be used by all subconsultants and subcontractors on the project team. The foundation of all CDM’s QM programs is “exceeding our clients’ expectation”. To make sure deliverables are complete and meet LCU requirements, we will perform independent quality reviews of all deliverables on a bi-weekly basis during design execution and prior to their submittal. Our team includes Charles J. Voss, P.E., BCEE - Design & Drawings; Kenneth A. Klinko, P.E. - Water Process; Trudi Williams, P.E. – Permitting; and Bruce G. Duff, PMP– Constructability to assist the project management team in implementing and overseeing the QA/QC program and facilitating team compliance with all QA/QC procedures. Quality management is addressed in the following ways. The quality management plan requires that key project team members stay involved in the project from design through procurement, construction, and startup. During the design of the North Lee County WTP expansion CDM’s construction professionals and operations and maintenance specialists will work with the design engineers and have input to ensure that designs are constructible, that the designed facilities can be constructed within budget and that facilities can be operated and maintained efficiently. Throughout the entire design phase, our design engineers work closely with our construction professionals to ensure that equipment meets the design specification and that the design intent is achieved. Also during procurement, operations and maintenance specialists work with the construction professionals to review submittals and startup plans submitted by subcontractors. During construction, CDM’s design engineers stay involved and ensure implementation of the design intent by attending progress meetings, reviewing submittals, and answering questions of the construction professionals. Additionally, CDM’s design engineers will make site visits as required to review the work and coordinate with the CDM site manager to expedite and direct the field crews as required to meet the design intent. Non-conformances with quality standards are resolved systematically using a structured methodology. Prior to startup, CDM’s operations and maintenance specialists will review all plans for tie-in of the new systems, along with the startup protocol and will work with LCU operations staff to ensure that the LCU staff is properly trained and ready for the startup. CDM’s operations and maintenance specialists will then work alongside the LCU operations staff to provide technical startup advice as the facility is commissioned. CDM’s fully integrated team of design professionals, construction professionals, and operations and maintenance specialists, all under one roof, assures LCU that the design intent and LCU expectations are understood and implemented during every phase of the project. Our approach provides LCU additional assurance that expectations for project quality are being met. An independent peer review monitors progress on the project design activities. Our project team will interact with senior level professionals with extensive relevant experience but who are not directly involved in the day-to-day activities. This review team provides objective review and evaluation of the work, considering important factors such as the adequacy and soundness of conclusions; appropriate application of existing and new technology, and use of sound, practical engineering practices and value-based solutions to project challenges.

Page 113: Soq For Rfq 09 08 Cdm

July 2009 FORM F-5

e. Potential alternative innovative approaches to the project if applicable.

A number of potential alternative and innovated approaches were identified in Part b. above. These ideas included the possibility of modifying the existing skids to get additional capacity from each of the existing skids. If achievable using the existing vitaulic couplings and pre-fabrication of the new skid assemblies, then electrical improvements could occur, primarily motor and motor control center changeouts, and additional capacity could be achieved while manufacturing of the new skid(s) was occurring. During the relatively short period that the skid was out-of-service, modifications to the interstage booster pump could be made as well as any installation of an energy recovery device. It should also be noted that most of the equipment required for this expansion project can be obtained as “Owner-Supplied” items. This situation would result in LCU saving the Sales Tax as well as greatly advancing the construction by shortening the delivery time for long lead time equipment (pumps, motors, other electrical gear, membrane skids including elements, etc.) f. Describe the Project Team’s approach to constructability reviews.

CDM offers two types of constructability review services. The first is a traditional approach which assigns the review of completed plans, specifications, and contract documents to engineers experienced in the various design disciplines used during the design. A brief workshop is used to consolidate the findings of reviewers and then the comments of reviewers are tabulated and transmitted to the client. The second type of review makes greater use of the synergy involved in workshops. In this type of review, the major review effort is provided in a workshop setting where the team performs a team review, and through the guidance of a facilitator, focuses its efforts where the greatest opportunity for cost savings or risk reduction are identified. Content for constructability review is project specific and may include: • Confirmation of constructability • Utilization of current means and methods • Consideration of alternate materials • Cost analysis

• Time impact analysis • Safety analysis • Risk assessment and analysis.

During design, CDM’s construction professionals, procurement specialists, and operations staff will work with the design engineers and have input to assure that designs are constructible, that the designed facilities can be constructed within budget and those facilities can be operated and maintained with minimal disruption. In addition, close attention will be paid to project details during the constructability review to ensure that there is minimal disruption to the operation of the existing plant during the construction of the upgraded facility and that tie-in and startup of the new facilities are well thought out and planned. During procurement and project buyout, CDM anticipates the LCU representative will work with our assigned site construction professionals and have input to assure that equipment meets the design specification and that the design intent is achieved. Also during procurement, our operations and maintenance specialists work with our subcontractors and LCU operators to review performance guarantees, testing protocols, and over see interruption plans implemented by subcontractors. During construction, CDM will solicit design engineers involvement and assure implementation of the design intent. Additionally, CDM will notify LCU representatives to make site visits as required to review the work. Qualified testing companies approved by CDM and LCU for soils, concrete, steel, asphalt testing will be issued subcontracts for such work upon award. Non-conformances with quality standards will be resolved systematically using a structured methodology proprietary to CDM. As facilities become ready for startup, CDM commissioning specialists work alongside our site manager and equipment suppliers to assure that equipment is installed as required by the manufacturer and is ready for startup. Prior to startup, CDM’s operation and maintenance specialists will review all startup protocol and will work with LCU operations staff to assure that the staff is properly trained and ready for the startup; CDM’s operations and maintenance specialists will then work alongside the operations staff to provide technical startup advice. Our approach also provides LCU an option for additional assurance that expectations for project quality are being met. An independent peer review or management team is arranged to monitor progress on the project design activities and construction for all D-B projects. We will selectively engage senior level professionals from CDM, along with a representative from our Chief Technical Office with extensive relevant experience, but who are not directly involved in the day-to-day activities. This review team can provide objective review and evaluation of the work.

Page 114: Soq For Rfq 09 08 Cdm

FORM FF

SPECIAL EQUIPMENT

July 2009 FORM FF-1

Added Value of State of-the-Art 3D/4D D-B Center CDM’s Fort Myers office will manage this project and will have primary responsibility for all work performed under this contract. Regardless of where the work is physically performed or by whom, all assignments will flow through the CDM Fort Myers office, which will review, manage, and provide oversight for all tasks. One of the distinct advantages of choosing CDM for this important project is our ability to utilize the CDM 3D/4D D-B Center located in Orlando. The CDM Orlando 3D/4D D-B Center serves the CDM southeast region. Staff and clients from Florida, Puerto Rico, and as far north as Tennessee, gather in this state-of-the art facility and work together to produce innovative designs in 3D/4D. The 2,600 sq. ft. 3D/4D D-B Center is designed to be flexible and allow for maximum use of the space to meet CDM and client needs. The 3D/4D D-B Center utilizes three 100” projection, three 50”, and one 60” plasma screen to show multiple images consisting of all electronic media types. The facility uses web enabled video switching so that any of the 16 video inputs located throughout the 3D/4D D-B Center can be directed to any combination of the plasma or projection screens. The rooms are also set up for video conferencing which allows the various CDM Design Centers to be connected and interactive. The 3D/4D D-B Center also utilizes “smart” technology that allows the user to mark-up the images on one of the plasma screens during the meetings and capture these markups electronically. While the Orlando 3D/4D D-B Center provides greater technology and improved capabilities to the project design team, the maximum benefit will be realized by LCU. Because of the nature of the 3D/4D designs, LCU will have improved visualization for form and function of the facilities at all stages of the design process. The enhanced 2D deliverables showing 3D content will allow for better understanding by the bidding contractors, resulting in better bids and facilities that meet LCU’s needs. The superior quality design work can result in fewer construction conflicts and issues for LCU, leading to fewer change orders and lower risk. Once the design and construction is complete, each facility will have improved operability and maintenance provided by the virtual design process allowing for the potential to leverage data throughout the lifecycle of the facility. As a testament to the success of the technology, Jeff Littrell, Director of Okaloosa County Water & Sewer System (Arbennie Pritchett Water Reclamation Facility design-build project) spoke highly of CDM’s unique design process: “We knew going with a design-build approach would streamline the process; however, the 3D and 4D elements that CDM has brought to the project have really taken the process to a new level. With each conversation we have or decision that needs to be made, we can see our new facility in real time.” 3D/4D Capabilities – CDM has made significant progress in developing 3D capabilities for design implementation, starting as early as 1994. Beginning with the use of 3D for proposal/marketing work, this has now progressed to “intelligent” production level 3D, allowing us to produce 2D deliverables, as well as maintain the visualization benefits of a physical 3D model design. The 4th D for CDM is related to the extensive data that can be associated with the physical 3D model. CDM’s 3D/4D design approach is more than just adding a 3rd dimension to previous 2D design approaches. Our approach is adding the 4th dimension of intelligent design to 3D design with focus on virtual design leading to a better facility for our clients. 3D/4D Design Approach – The overall design approach to 3D/4D is based on the simple principle of providing LCU with a superior and more cost effective project solution by utilizing state-of-the-art technology in intelligent 3D plant design. CDM uses a sophisticated suite of tools and techniques to achieve this goal. To provide a reliable and structured framework, CDM utilizes an “enterprise level” environmental data management system (EDMS) that allows engineers and designers to work more closely and in a structured and managed environment, creating a central repository for all related project data. Applying specific rules and permissions to the project data ensures that a consistent “workflow” is used. Implementing these specific rules provides a secure integrated environment. The EDMS allows the use of a single, integrated “data centric” physical model, allowing the design team to communicate more openly, reducing inconsistencies much earlier in the design process. As part of this “data centric” 4D model, a “living” database can be utilized and maintained throughout each phase in the design lifecycle to both feed and extract intelligent data from the 3D model using an open database connectivity compliant database structure, capable of integrating with several different database formats including Oracle, SQL, and Microsoft Access. Beginning with the creation of intelligent P&IDs, the design process utilizes this “single source” of data to drive the creation and maintenance of the 3D model. Building the design with the process and instrumentation design teams early in the project greatly reduces the chance of major changes downstream in the design process. By enabling the process engineers to populate the project database through datasheets, this in turn allows the “living” database to provide valuable information downstream to the design team earlier than with the typical 2D approach. CDM utilizes a “discipline” approach to 3D design, involving all disciplines (architectural, electrical, HVAC, plumbing, structural, etc.) in the creation and maintenance of the physical 3D model. Each discipline team is capable of visualizing and cross checking other disciplines’ work in real time during the design phase. From conceptual design to design review to interference detection, the use of a single master 3D model is a powerful tool, allowing the design staff to provide added value to LCU. 3D CAD Capabilities – By producing the final 2D construction drawings from the 3D model, we have greatly reduced the overall drafting effort, minimizing user “interpretation” and inconsistencies due to an inability to visualize the sections in relation to the plan drawings. By having a master 3D model that has gone through numerous iterations, design reviews, cross checks from other disciplines, and also using the interference detection tools available, we have shown that the final drawings will reflect a far more cohesive and accurate set of client deliverables. While the tools mentioned above allow the CDM design team to be more efficient during the 3D model detail design stage, it is important to mention that

Page 115: Soq For Rfq 09 08 Cdm

FORM FF

SPECIAL EQUIPMENT

July 2009 FORM FF-2

these tools are only as good as the support framework from which they are created. In keeping with this, CDM employs a full set of CAD standards to both streamline and enforce consistency among all team members. Beginning with the creation of the P&IDs to the generation of the 3D model and finally to the production of the 2D deliverables, the CAD standards are a vital link in the overall approach to a successful 3D design project. CDM recognizes that the standards not only provide the framework for the design team work but, more importantly, it allows CDM to provide our client with a superior deliverable by reducing redundancy and minimizing drafting inconsistencies. These standards are critical when working in a production environment, but even more so when working with a complex 3D model being shared by a multi-discipline team of engineers and designers. As part of the 4D design, equipment data for all equipment including mechanical equipment, field instruments, and pipes/valves is included in the 3D model. This robust database allows operations staff to simply point and click at a piece of equipment on a drawing and connect to the equipment data sheet or the O&M manual. At the same time, the process monitoring and control software screens are 2D images from our 3D model, which in turn provide the output needed for the maintenance management system (MMS). This 4D approach, therefore, provides a seamless integration from design to construction to startup to operations for years to come. The added benefit is that any change, if updated on one database, automatically updates all affected databases allowing LCU to maintain a current inventory and equipment information at all times. 3D/4D Design Excellence Recognized with Two Awards – To support growing Okaloosa County, CDM designed and is building a state-of-the-art wastewater treatment facility that will help make best use of the available water resources in this vibrant coastal community on Florida's panhandle. The 10-mgd-day Arbennie Pritchett WRF, which serves a population of 100,000-including personnel at Eglin Air Force Base-features biological nutrient removal and ultraviolet disinfection to treat wastewater for groundwater recharge. To facilitate project communication and efficiency, CDM used intelligent 3D design across all disciplines—architectural, civil, electrical, HVAC, instrumentation, plumbing, process, and structural—for more than 20 buildings and structures. The result: on-schedule construction due to an expedited staff learning curve, faster completion of complex designs, and a collaborative environment with real-time technical and visual data. The project also incorporates 4D design, which integrates a living database into the 3D model by linking operations and maintenance manuals, computerized maintenance management system, and process monitoring and control soft ware. Earning two 2008 Bentley Empowered Awards of Excellence for extraordinary achievements in improving and sustaining the world's infrastructure, this lasting 4D tool supports efficient operations and knowledge management for future generations. CDM's design-build approach streamlined the $50 million project's aggressive schedule, allowing final design to be completed in 5.5 months and producing a seamless project delivery. Ultimately, this multi-dimensional project will deliver a sustainable facility to produce high-quality reclaimed water, protect dwindling resources, and contribute to the area's economic vitality. Instrumentation & Control Capabilities and Resources – The firm’s automation and information management professionals have worked together to provide planning, design, implementation, start-up, and training services for supervisory control and data acquisition (SCADA) systems, and computer-based monitoring and control systems for more than 500 water and wastewater projects throughout the world. Linked by a state-of-the-art computer network, staff located throughout the firm have the ability to provide our clients with personal service on a local basis, while quickly drawing upon the technical expertise of CDM’s Instrumentation & Control (I&C) group throughout the U.S. Currently staffed by more than 200 professionals, the group is responsible for developing and programming efficient and reliable process I&C systems for a wide variety of water and wastewater projects. From this experience, we have found the following to be critical to system success: Expertise in the evaluation, planning, design, startup, and operation of instrumentation, control and telemetry systems; Ready access to qualified, multi-disciplinary in-house personnel; Ability to respond quickly to client needs; Knowledge of the costs and benefits associated with all technical alternatives, and Capability to perform a range of services from planning—to design—to construction. Our I&C group offers specific services in the areas of instrumentation planning, cost/benefit analyses, evaluations, detailed design, factory witness testing, onsite supervision of installation, application engineering, startup assistance, and onsite client training programs. In providing instrumentation services, CDM is committed to innovative and cost-effective planning, timely execution, and skilled local project management to effectively coordinate complex design projects from concept through implementation and operation. Pilot Plant Abilities - CDM maintains four pilot plant trailers that are capable of providing LPRO or nanofiltration treatment. Nominal permeate production can range up to 15 to 18 gpm at recovery rates ranging from 75% to 85%. CDM also possesses a high recovery RO unit that is coupled with a standard pilot plant to obtain permeate recovery rates up to 98%. CDM can also provide from in-house capabilities, all required tankage, pumps, chemical storage and feed systems, instrumentation and control systems, and other required accessories. When performing pilot testing at flow capacities stated for the LPRO or nanofiltration membrane pilot plants, CDM generally obtains the MF/UF systems from the various manufacturers. This is done so that the proprietary systems and latest MF/UF membrane module technology can be utilized.

Page 116: Soq For Rfq 09 08 Cdm

July 2009 FORM G-1

FORM G CONFLICT/NON-CONFLICT OF INTEREST

CHECK ONE [XX] To the best of our knowledge, the undersigned firm has no potential conflicts of

interest due to any other clients, Contracts, or property interest for this project.

OR [ ] The undersigned firm, by attachment to this form, submits information which may

be a potential conflict of interest due to other clients, Contracts, or property interest for this project.

COMPANY NAME: CDM Constructors Inc. (CDM)

AUTHORIZED SIGNATURE:

NAME (PRINT OR TYPE): Richard A. Slovarp

TITLE: Senior Vice President Failure to check the appropriate blocks above may result in disqualification of your SOQ. Likewise, failure to provide documentation of a possible conflict of interest may result in disqualification of your SOQ.

Page 117: Soq For Rfq 09 08 Cdm

July 2009 FORM H-1

FORM H

INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Firm is submitting as a joint venture, please be advised that this form (3 pages) MUST be completed and the REQUESTED written joint-venture agreement MUST be attached and submitted with this form. However, if the Firm is not a joint venture, check the following block: [XX] NOT APPLICABLE and proceed to Form I.

1. Name of joint venture:

2. Address of joint venture:

3. Phone number of joint venture:

4. Identify the firms that comprise the joint venture:

5. Describe the role of the MBE firm (if applicable) in the joint venture:

6. Provide a copy of the joint venture’s written contractual agreement. 7. Identify any M/WBE partners (if applicable) and indicate the claimed percentage

of ownership

8. Control of and participation in this Contract. Identify by name, race, sex, and

“firm” those individuals (and their titles) who are responsible for day-to-day management and policy decision-making, including, but not limited to, those with prime responsibility for:

Page 118: Soq For Rfq 09 08 Cdm

July 2009 FORM H-2

(a) Financial decisions:

(b) Management decisions, such

as:

(1) Estimating:

(2) Marketing and sales:

(3) Hiring and firing of management personnel:

(4) Purchasing of major items or supplies:

(c) Supervision of field operations:

NOTE: If, after filing this form and before the completion of the joint venture’s work on the subject Contract, there is any significant change in the information submitted, the joint venture must inform the County in writing.

* Joint venture must be properly registered with the State before the

Contract award.

AFFIDAVIT

“The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the County. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements.” Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date:

Page 119: Soq For Rfq 09 08 Cdm

July 2009 FORM H-3

Date State of County of

AFFIDAVIT On this day of , 20 , before me appeared (name) , to me personally known, or who produced identification (type of ID) who being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission Expires (Seal) Date State of County of On this day of , 20 , before me appeared (name) , to me personally known, or who produced identification (type of ID) who being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission Expires (Seal)

Page 120: Soq For Rfq 09 08 Cdm

July 2009 FORM I-1

FORM I

DRUG-FREE WORKPLACE FORM The undersigned Firm, in accordance with Florida Statute 287.087, hereby certifies that CDM Constructors Inc. (CDM) does: Name of Business 1. Publish a statement notifying employees that the unlawful manufacture,

distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the

business’ policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or Contractual

services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a

condition of working on the commodities or Contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any convictions of, or plea of guilty or nolo contendere to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for any violation occurring in the workplace, no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in, a drug abuse

assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free work-place through

implementation of Paragraphs 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Firm’s Signature: Date: July 27, 2009

Page 121: Soq For Rfq 09 08 Cdm

July 2009 FORM J-1

SCHEDULE D FORM J DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION NOTE: This form must be signed by the person who will sign, or has signed the SOQ Form. This form will

become a part of the contract. DIVISION OF EQUAL OPPORTUNITY CERTIFIED DBE /MINORITY /WOMEN (CHECK APPROPRIATE DESIGNATION): DESCRIPTION OF WORK: Permitting, structural, site piping SUBCONTRACTOR’S NAME: TKW Consulting Engineers, Inc. EST. DOLLAR VALUE OF PROPOSED WORK:

DIVISION OF EQUAL OPPORTUNITY CERTIFIED DBE /MINORITY /WOMEN (CHECK APPROPRIATE DESIGNATION): DESCRIPTION OF WORK: SUBCONTRACTOR’S NAME: EST. DOLLAR VALUE OF PROPOSED WORK:

DIVISION OF EQUAL OPPORTUNITY CERTIFIED DBE /MINORITY /WOMEN (CHECK APPROPRIATE DESIGNATION): DESCRIPTION OF WORK: SUBCONTRACTOR’S NAME: EST. DOLLAR VALUE OF PROPOSED WORK:

DIVISION OF EQUAL OPPORTUNITY CERTIFIED DBE /MINORITY /WOMEN (CHECK APPROPRIATE DESIGNATION): DESCRIPTION OF WORK: SUBCONTRACTOR’S NAME: EST. DOLLAR VALUE OF PROPOSED WORK:

TOTAL VALUE OF ALL DBE/MINORITY/WOMEN SUBCONTRACT WORK: $ ESTIMATED TOTAL PERCENT (%) TO BE UTILIZED: % CDM Constructors Inc. (CDM) July 27, 2009

FIRM NAME SIGNATURE DATE

Page 122: Soq For Rfq 09 08 Cdm

July 2009 FORM K-1

FORM K AFFIDAVIT CERTIFICATION

IMMIGRATION LAWS

SOLICITATION NO.: RFQ-09-08 PROJECT NAME:

Progressive Design-Build Services for On Schedule Delivery of the North Lee County WTP Expansion Project

LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS, CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C. SECTION 1324 a(e) SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT (“INA”). LEE COUNTY SHALL CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR 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 CANCELLATION OF THE CONTRACT BY LEE COUNTY. BIDDER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS (SPECIFICALLY TO THE 1956 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS).

Company Name: CDM Constructors Inc. (CDM)

Senior Vice President July 27, 2009 Signature Title Date

STATE OF FLORIDA COUNTY OF ORANGE The foregoing instrument was signed and acknowledged before me this 27th day of July , 2009, by Richard A. Slovarp who has produced (Print or Type Name) Personally Known as identification. (Type of Identification and Number)

Notary Public Signature Virginia O. Bonocore

Printed Name of Notary Public DD590679 / August 30, 2010

Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.

Page 123: Soq For Rfq 09 08 Cdm

July 2009 FORM L-1

FORM L

MATERIAL FACTS PERTAINING TO LITIGATION, FELONY CIVIL CHARGES AND CONVICTIONS

Using a maximum of 5 pages, 8½” x 11”, labeled “Form L-1” through “Form L-5”, disclose all material facts pertaining to any felony or civil conviction or any pending felony or civil charges in the last five (5) years anywhere in the United States against (i) Firm, (ii) any business entity related to or affiliated with Firm, or (iii) any present or former executive employee, officer, director, stockholder, partner or owner of Firm or of any such related or affiliated entity. This disclosure shall not apply to any person or entity who is a stockholder, owning less than 20% of the outstanding shares of a Firm whose stock is publicly owned and traded. LITIGATION STATEMENT [ ] The undersigned firm has had no litigation and/or judgments entered against it by

any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years.

[XX] The undersigned firm, BY ATTACHMENT TO THIS FORM, submits a summary

and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years.

COMPANY NAME: CDM Constructors Inc. (CDM)

AUTHORIZED SIGNATURE:

NAME (PRINT OR TYPE): Richard A. Slovarp

TITLE: Senior Vice President Failure to check the appropriate blocks above may result in disqualification of your SOQ. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your SOQ.

Page 124: Soq For Rfq 09 08 Cdm

July 2009 FORM L-2

In the last ten years, there have been no judgments or awards involving CDM Constructors Inc. (CDM). CDM has only been involved in one case of litigation involving a local, state, or federal entity in the last ten years. In 2004, CDM asserted a delay claim against the City of American Canyon, California, and instituted litigation when negotiations stalled. The dispute was subsequently resolved through mediation.

Page 125: Soq For Rfq 09 08 Cdm

July 2009 FORM M-1

FORM M

MARK UP OF SAMPLE CONTRACT AND GENERAL CONDITIONS Using as many pages as necessary, 8½” x 11”, labeled “Form M-1” through “Form M-39”, where 39 is the last page submitted, provide a marked up copy of the sample Contract (Part E) and General Conditions (Part F) provided as part of this SOQ. Included in the following pages is a marked up copy of the sample Contract (Part E) and General Conditions (Part F) provided as part of this SOQ.

Page 126: Soq For Rfq 09 08 Cdm
darerj
Text Box
CDM's legal counsel has carefully reviewed the Contract Between Owner and Design-Builder. Lee County Utilities has used the majority of the DBIA version of this Contract. The provisions that have been deleted are noted in the body of the Contract at their original location. CDM considers the overall Contract fair and accepts these deletions.
darerj
Text Box
Form M-1
Page 127: Soq For Rfq 09 08 Cdm
Page 128: Soq For Rfq 09 08 Cdm
Page 129: Soq For Rfq 09 08 Cdm
Page 130: Soq For Rfq 09 08 Cdm
Page 131: Soq For Rfq 09 08 Cdm
Page 132: Soq For Rfq 09 08 Cdm
Page 133: Soq For Rfq 09 08 Cdm
Page 134: Soq For Rfq 09 08 Cdm
Page 135: Soq For Rfq 09 08 Cdm
darerj
Callout
Provisions to share the savings in the GMP have been deleted. One of the benefits to the GMP approach is that CDM's good management combined with Lee County Utility's support may result in the actual cost of the work less than the GMP. CDM suggests that these savings could be a benefit to both CDM and Lee County Utilities. At Lee County Utility's sole discretion, these savings could be split at any percentage between the parties and/or the savings to CDM may be capped at a fixed amount or a percentage of the GMP.
Page 136: Soq For Rfq 09 08 Cdm
Page 137: Soq For Rfq 09 08 Cdm
Page 138: Soq For Rfq 09 08 Cdm
Page 139: Soq For Rfq 09 08 Cdm
Page 140: Soq For Rfq 09 08 Cdm
Page 141: Soq For Rfq 09 08 Cdm
darerj
Text Box
CDM's legal counsel has carefully reviewed the General Conditions of Contract Between Owner and Design-Builder. Lee County Utilities has used the majority of the DBIA version of this Contract. The provisions that have been deleted are noted in the body of the Contract at their original location. CDM considers the overall Contract fair and accepts these deletions.
darerj
Text Box
Form M-2
Page 142: Soq For Rfq 09 08 Cdm
Page 143: Soq For Rfq 09 08 Cdm
Page 144: Soq For Rfq 09 08 Cdm
Page 145: Soq For Rfq 09 08 Cdm
Page 146: Soq For Rfq 09 08 Cdm
Page 147: Soq For Rfq 09 08 Cdm
Page 148: Soq For Rfq 09 08 Cdm
darerj
Callout
3.3.1 CDM accepts the deletion of the provision referencing the Owner's obligation to provide financial information.
Page 149: Soq For Rfq 09 08 Cdm
darerj
Callout
4.1.5 CDM accepts the deletion of the Owner's indemnity for hazardous waste.
Page 150: Soq For Rfq 09 08 Cdm
Page 151: Soq For Rfq 09 08 Cdm
darerj
Callout
5.2 CDM accepts the deletion of the Owner's insurance obligations.
Page 152: Soq For Rfq 09 08 Cdm
Page 153: Soq For Rfq 09 08 Cdm
Page 154: Soq For Rfq 09 08 Cdm
Page 155: Soq For Rfq 09 08 Cdm
darerj
Callout
7.5 CDM accepts the deletion of the provision for Owner's general indemnification.
Page 156: Soq For Rfq 09 08 Cdm
darerj
Callout
8.2.2 CDM accepts the deletion of the provision for the ability of the Design-Builder to recover additional money for delays.
Page 157: Soq For Rfq 09 08 Cdm
Page 158: Soq For Rfq 09 08 Cdm
darerj
Callout
10.2.4 CDM accepts the deletion of the provision for the mediation of disputes. 10.3 CDM accepts the deletion of the provision for the arbitration of disputes.
Page 159: Soq For Rfq 09 08 Cdm
darerj
Callout
11.3.1 CDM accepts the deletion of the provision referencing the Owner's obligation to provide financial assurances.
Page 160: Soq For Rfq 09 08 Cdm
Page 161: Soq For Rfq 09 08 Cdm
Page 162: Soq For Rfq 09 08 Cdm
Page 163: Soq For Rfq 09 08 Cdm

July 2009 FORM M-39

Page left intentionally blank.