Loading...
HomeMy WebLinkAbout2015-06-09; Municipal Water District; 807; CDM Constructors Water Recycling Phase III23 CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL ABtt 807 ACCEPT BIDS AND AWARD A DESIGN BUILD DEPT. DIRECTOR DATE 06-09-15 CONTRACT TO CDM CONSTRUCTORS INC. IN THE AMOUNT OF S7,293;068 AND APPROPRIATE FUNDS FOR THE CARLSBAD WATER RECYCLING GEN. COUNSEL '^(^ DEPT. PW-UTIL CONTRACT TO CDM CONSTRUCTORS INC. IN THE AMOUNT OF S7,293;068 AND APPROPRIATE FUNDS FOR THE CARLSBAD WATER RECYCLING CITY MGR. ^ FACILITY PHASE III EXPANSION, CITY MGR. ^ PROJECT NO. 5209 RECOMMENDED ACTION: Adopt Resolution No. ^^^^ accepting bids and awarding a design build contract to CDM Constructors Inc. in the amount of $7,293,068 and appropriating additional funds for the Carlsbad Water Recycling Facility Phase III Expansion, Project No. 5209. ITEM EXPLANATION: The Carlsbad Water Recycling Facility (CWRF) is located adjacent to the south side of the Encina Water Pollution Control Facility. The CWRF was constructed and placed into operation in 2005 as part of Carlsbad Municipal Water District's (CMWD) Recycled Water Phase II project and is operated by the Encina Wastewater Authority through a Memorandum of Understanding. The CWRF currently produces up to 4.0 million gallons per day (mgd) of Title 22 recycled water. On Nov. 27, 2012, by Resolution No. 1455, the Board adopted a Mitigated Negative Declaration for the District's Phase III Recycled Water Project, which includes the expansion of the treatment capacity of the Carlsbad Water Recycling Facility. The CWRF expansion includes additional microfiltration equipment, influent pumps, a chlorine contact tank and other miscellaneous improvements to increase the treatment capacity at CWRF to approximately 7.0 mgd. On Oct. 21, 2014, by Resolution No. 1504, the Board approved Amendment No. 1 to an Agreement with CH2IV1 Hill to prepare a Design-Build RFP for the Carlsbad Water Recycling Facility Phase III Expansion Project in order to expedite the project and meet the schedule requirements of available grant funds from the Integrated Regional Water Management (IRWM) Grant Program. On Feb. 4, 2015, the Planning Commission adopted Resolution No. 7084 approving Conditional Use Permit Amendment CUP 99-23(A) and Coastal Development Permit Amendment CDP 99-45(A) for the CWRF Phase III Expansion Project. DEPARTMENT CONTACT: Terry Smith 760-603-7354 terry.smith@carlsbadca.gov fOR SECRETARY USE. BOARD ACTION: APPROVED CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER - SEE MINUTES • AMENDED • REPORT RECEIVED • Award of CWRF Phose Itl Expansion June 9, 2015 Page 2 of 3 To ensure that the City gets a quality design, the proper equipment and a well-constructed project, a best value evaluation process was utilized for this contract as allowed by Carlsbad Municipal Code Section 3.28.085. This contract is complex because ofthe microfiltration equipment that is required forthe project, and the design-build process allows staff to use a scoring system based on the life cycle costs of operating the equipment, to ensure a product that meets the City's filtration requirements and is economical to operate and maintain. Since only a 30 percent design report was provided to the bidders, a best value scoring system allowed staff to better evaluate and compare proposals given the many variables at this state of design. On Feb. 19, 2015, a Design Build Request for Proposal (RFP) was advertised to solicit bids for the design and construction of the Carlsbad Water Recycling Facility Phase III Expansion. The RFP included contract requirements, a 30 percent design report and also detailed the selection criteria that would be used to evaluate the proposals based on a "best value" scoring process. On April 15, 2015, proposals were received from six design build firms. The proposals were subsequently reviewed and scored by a panel of four members in accordance with the criteria listed in the RFP. The table below summarizes the scoring of each proposal received and ranked in order from highest to lowest scores. The Engineer's Estimate for the Design Build Contract was $8,000,000. Technical Price Total Total Design Build Proposal Score Proposal Score Proposal Score Proposal (out of 70) (out of 30) (out of 100) Price CDM Constructors Inc. 60.1 29.0 89.1 $ 7,293,068 Pascal & Ludwig Constructors 56.2 28.9 85.1 $ 7,338,000 Carollo Design Build Group 60.6 24.0 84.6 $ 8,490,984 JR Filanc Construction Company, Inc. 54.1 30.0 84.1 $ 7,067,777 Klewit Infrastructure West Co. 52.1 23.0 75.1 $ 8,728,000 JF Shea Construction Inc. 43.1 20.9 64.0 $ 9,204,032 Based upon the review and scoring of the proposals submitted, staff recommends awarding the design build contract for the construction of the Carlsbad Water Recycling Facility Phase III Expansion Project to CDM Constructors Inc. in the amount of $7,293,068. FISCAL IMPACT: Funding for the project is from several funding sources including grants, loans and CMWD enterprise funds that have been budgeted for the overall Phase III Recycled Water Project. CMWD has been notified they will receive a $4 million grant from Round 3 of Proposition 84 of the Integrated Regional Water Management (IRWM) Grant Program to be used on this project. The grant requires a 25 percent match from local funds that will come from CMWD's Recycled Water Fund and the remainder of the funding will come from the State Revolving Fund (SRF) loan that CMWD has received for the overall Phase III Project. A summary of estimated project costs and available funds is shown in the following table: Award of CWRF Phase III Expansion Jane 9, 2015 Poge 3 of 3 PROJECT COST SUMMARY FOR THE CARLSBAD WATER RECYCLING FACILITY PHASE III EXPANSION, PROJECT NO. 5209 ESTIMATED COSTS Expenditures/Encumbrances to Date for Studies, Planning and Preliminary Design S 639,121 Design Build Construction Contract (CDM Constructors Inc.) $7,293,068 Construction Contingency $ 600,000 Estimate of Construction Management, Inspection & Start-Up Assistance $1,000,000 Staff Administration and Contingency $ 307,811 TOTAL ESTIMATED PROJEa COSTS $9,840,000 Current Appropriation - CIP No. 5209 $7,140,000 ADDITIONAL APPROPRIATION REQUIRED $2,700,000 Since the grant funds will be provided to CMWD on a cost reimbursement basis, CMWD will have to use local funds to provide the additional appropriation necessary to award the contract to CDM Constructors Inc. Sufficient funds are available in the Water Replacement Fund for the additional $2.7 million appropriation. The Water Replacement Fund will be reimbursed by periodic Proposition 84 Round 3 grant disbursements. ENVIRONMENTAL IMPACT: The expansion ofthe CWRF is part ofthe Phase III Recycled Water Project. An environmental impact assessment was conducted for the Phase 111 Recycled Water Project Feasibility Study, and a Mitigated Negative Declaration and Mitigation Monitoring and Reporting Program was approved by the Board through Resolution No. 1455, on Nov. 27, 2012. PUBLIC NOTIFICATION: None required. EXHIBITS: 1. Adopt Resolution No. 2. 3. 1525 accepting bids and awarding a design build contract to CDM Constructors Inc. in the amount of $7,293,068 and appropriating additional funds for the Carlsbad Water Recycling Facility Phase III Expansion, Project No. 5209. Location Map. CDM Constructors Inc. Proposal for Design-Build Services for the Carisbad Water Recycling Facility Phase III Expansion, Project No. 5209 dated April 15, 2015 1 RESOLUTION NO. EXHIBIT 1 1525 2 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), ACCEPTING BIDS AND ^ AWARDING A DESIGN BUILD CONTRACT TO CDM 4 CONSTRUCTORS INC. IN THE AMOUNT OF $7,293,068 AND APPROPRIATING ADDITIONAL FUNDS FOR THE CARLSBAD 5 WATER RECYCLING FACILITY PHASE 111 EXPANSION, PROJECT NO. 5209 6 7 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, California 9 has determined it necessary, desirable, and in the public interest to expand the capacity of the J J Carlsbad Water Recycling Facility (CWRF) from four MGD to seven MGD; and j2 WHEREAS, the Carlsbad Water Recycling Facility Phase III Expansion project was 13 identified in CMWD's Phase III Recycled Water Project Feasibility Study, dated June 2012; and 14 WHEREAS, an environmental impact assessment was conducted for this Study and a Mitigated Negative Declaration and Mitigation Monitoring and Reporting Program was adopted on Nov. 27, 2012 by Board Resolution No. 1455; and WHEREAS, on Oct. 21, 2014, the Board approved Amendment No. 1 to an Agreement with CH2M Hill, by Board Resolution No. 1504, to prepare a Design Build Request for Proposal forthe construction ofthe CWRF Phase III Expansion Project; and WHEREAS, on Feb. 19, 2015, a Design Build Request for Proposal for the Project was 22 publicly advertised; and 23 WHEREAS, six design build proposals were received on April 15, 2015 by the Carlsbad Municipal Water District for the construction of the Carlsbad Water Recycling Facility Phase III Expansion, Project No. 5209; and 26 " 27 28 16 17 18 19 20 21 1 WHEREAS, after reviewing and scoring all elements of the proposals in accordance with ^ the selection criteria identified in the RFP, the selection committee determined the firm of CDM 3 Constructors Inc. as being the apparent best value responsive and responsible proposer to 4 provide the requested design build services to construct the CWRF Phase III Expansion Project; 5 , and 0 7 WHEREAS, staff is recommending that the Board approve the design build contract with CDM Constructors Inc. in the amount of $7,293,068; and ^ WHEREAS, an additional appropriation is necessary for construction and construction 10 11 12 13 14 WHEREAS, subsection 3.28.040(C)(5) of the Carlsbad Municipal Code authorizes the 15 Executive Manager to approve change orders in the amount equal to the contingency set at the time of project award. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Proposal submitted by CDM Constructors Inc. is hereby accepted. 3. That the bid of $7,293,068 submitted by CDM Constructors Inc. for the design and 26 27 28 related services; and WHEREAS, under the operating agreement with the City of Carlsbad, Carlsbad Municipal Water District adopted the city's purchasing rules; and 16 17 18 19 20 21 22 23 construction ofthe Carlsbad Water Recycling Facility Phase III Expansion, Project No. 5209, Is 24 accepted and the President is hereby authorized to execute a contract for this project. 25 4. That the Executive Manager is hereby authorized to approve construction change orders up to $600,000. 1 5. That the Administrative Services Director is hereby authorized to appropriate an ^ additional $2.7 million to Project No. 5209 from the Water Replacement Fund. 6. That the award of this contract is contingent upon CDM Constructors Inc. executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within 20 days of adoption of this resolution. The Executive Manager may grant reasonable extensions of time. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 // // // // // // // // // // // // // // // // // // // 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on the 9*^ day of June, 2015, by the following vote to wit: AYES: NOES: Board Members Hall, Blackburn, Schumacher, Wood, Packard. None. ABSENT: None. MATTlHAtL, President ATTEST: BARBARA ENGLESON^S^retary (SEAL) /'^>!^}l!?.'s;:^^.^ r LOCATION AP CARLSBAD WATER RECYCLING FACILITY NOT TO SCALE PROJECT NAME CARLSBAD WATER RECYCLING FACILITY PHASE III EXPANSION PROJECT NUMBER 5209 EXHIBIT PLOTTED BY: SCOTT EVANS PLOT DATE:5/21/^5 PA7H:D:\UWVES DEPARTI4ENT\L0CAVW U/^S\AUT0C/^\5209.DWG ^mith 1925 Palomar Oaks Way. Suite 300 Carlsbad, California 92008 tei: (760) 438-7755 fax: (760} 438-7411 Contract Administration Kevin Davis City of Carisbad 1633 Faraday Avenue Carlsbad, Califomia 92008 Subject: Technical Proposal for Project No. 5209 Carlsbad Water Recycling Facility Phase III Expansion Dear Mr. Davis: Improving the reliability and expanding the capacity of the Carlsbad Water Recycling Facility (CWRF) will allow the Carlsbad Municipal Water District (CMWD) to reliably provide T22 irrigation water to existing and new customers and meet its goals for reduction in potable water demands. CMWD has selected a design build delivery method for this project in order to best meet Prop 84/SRF funding milestones. CDM Smith's fully integrated design-build team includes mostly people who live and work in the Carlsbad area and have a vested interest in assisting CMWD to increase our region's potabie water supply and achieve maximum cost-effectiveness. With CDM Smith serving as both the design engineer and constructor for this expansion project, CMWD will have a single point of responsibility for all aspects of this project's delivery, eliminating any gaps of responsibility, facilitating collaboration, and expediting the project scheduie. Additionally, ai! of CDM Smith's work will be managed out of our Carisbad office. Our proximity to both ihe CWRF and CMWD's offices allows CDM Smith personnel to be readily available to collaborate in-person and efficiently to achieve the design milestones in September and December of this year. 85-percent of CDM Smith's consiruction work is accomplished through altemative projecl delivery. In the lasl five years in Califomia alone, CDM Smith has successfully delivered more than $370 million in design-build and construction projects. I confirm that I have the authority to sign and commit CDM Smith to the obligations contained in this proposal, i will serve as CDM Smith's contact and the Design Builder's signatory to any contract documents executed with the Owner. Our team looks forward to the opportunity to discuss our proposal with you in person. In the interim, please contact me directly with any questions. Sincerely, K-J?. ^^^^ Michael Dzubnar, P.E., DRfi' Lanaya Voelz, P.fe, Principal-in-Charge, CDM Smith Associate, CDM Smith 9220 Cleveland Avenue, Suite 100 Rancho Cucamonga, California 91730 T: (760) 710-4683/ Email: dzubnarmd@cdmsmilh.com WATER + ENVIRONMENT +TRANSPORTATION + ENERGY + FACILITIES Design Build Services for the Carlsbad Water Recycling Facility Phase III Expansion Table of Contents Technical Proposal Part 1 - Executive Summary 1 Part 2 - Design Builder Profile 4 Part 3-Project Team 5 Part 4 - Experience 10 Part 5 - Project Approach 17 Part 6 - Draft Design-Build Contract Markup 30 Appendices Appendix A - Technical Proposal Forms Signed Addenda No. 1 - 6 Technical Proposal Form Minimum Qualifications and Relevant Experience Questionnaire Voluntary Alternatives Form Non-Voluntary Design Changes/Substitution Form CWSRF Program DBE Requirements Forms Copies of Licenses Appendix B - Resumes Appendix C - Financial Statements Financial Statements Surety Verification Letter Appendix D - Draft Design-Build Contract Markup Price Proposal provided under separate cover Parti Executive Summary 13 Parti Executive Summary CMWD's primary goal in utilizing the design-build delivery method for this project is to bring the best available design and construction experience together to work with CMWD and their representatives as a team and find the best value solution for the expansion of the CWRF, which will be the optimal combination of quality, cost, schedule, safety, and flexibility in the planning and design for future phases of expansion. QUALITY COST SCHEDULE SAFETY FLEXIBILITY CDM Smith's fully integrated design-build team is made up of industry experts who live and work in the Carlsbad area and have a vested interest in increasing our region's potable water supply As a fully integrated design-build firm, CDM vSmith will serve as both the design engineer and general contractor for this expan- sion project, providing CMWD with a single point of responsibility for all aspects of this project's delivery. CMWD will benefit from having both design engineers and constructors working for the same company, eliminating any gaps of responsibility, facilitating col- laboration, and expediting the project schedule. 85-percent of CDM Smith's construction work is accomplished utilizing alternative project delivery methods, and we have delivered more than $570 million in design-build and construction projects in the last five years in California alone - projects that have almost exclusively featured CDM Smith designs. CDM Smith offers the following best value solutions to achieve CMWD's objectives for this project: Quality CDM Smith maintains primary control and accountahility over all project resources and can effec- tively maintain consistently high quality perfonnance through all phases of the project. CDM Smith will provide treatment facilities and equip- ment that will reliably produce required quantities of recycled water in full compliance with federal and state regulations and contractual standards for water quality over the range of influent water quahty conditions. Quality design. CDM Smith has strict quality manage- ment procedures we follow. CDM Smith's Quality Management System has a specific quality program for design as well as construction with dedicated quality manuals that state guidelines for critical areas such as design reviews; field inspections; submittal reviews; and deficiency identification, correction and tracking. Our dedicated design quality manager will be responsible for implementing CDM Smith's quality management pro- cess through the design phase, with continued oversight mto the construction and start-up phases. Quality construction. We also have a dedicated construction quality manager who will provide unrestrained oversight and inspection on design, equipment and materials, construction methods, and start-up and testing. The construction quality manager will also be responsible for documenting and communicating to the entire team the progress and implementation of the QAQC plan through regular meetings and field inspections. Quality facility. Based on our extensive work with microfihration and ultrafiltration systems and the RFP requirements, we have included a robust and reliable membrane system provided by Hp Innovation which includes Toray membranes. We have installed Toray membranes on multiple recycled water systems and they have consistently produced a high quality perme- ate with minimal fouling and no fiber breaks. This equipment, coupled with our commitment to quality for the entire CWRF expansion will result in a "meets or exceeds the quality objectives" for the CWRF ^Srmth i5 Parti • Executive Summary Cost ^ «- CDM Smith designs with construction and operations in mind. We routinely conduct construciahility reviews to assure facility compotients can be constructed wilhin CMWD's scheduie and budget. Contructibility reviews are integral to CDM Smith's design-build approach, assessing from the con- struction standpoint how the work can be most efiicientiy procured and executed in the field, including costs, schedule, construction sequencing, and impacts. The reviews will focus on the construction to be performed and the potential for modification ofthe design to reduce project costs without affecting quality and intended performance. These reviews are also important for the development and adherence to the guaranteed maximum price (GMP). 'ihe process of arriving at the GMP started during the prepara- tion of this proposal and continues through Phase 1 to a GMP offering. Cost estimates will be performed "real-time" during the development of the 60% design for additions and deletions approved by CMWD. As part of the GMP proposal, all costing data will be provided in a bid book to CMWD in an easy to follower manner. This allows for a transparent process for the final GMP and award of the Phase 2 contract. CDM Smith uses a proven 5-step Risk Mitigation process as part of our cost and schedule control. Schedule Our in-housc construction and engineering experts with back- grounds in DB can foresee challenges and possible delays, and quickly and efficiently arrive at solutions. Maintaining the project schedule for this expansion is critical to meeting Prop 84/SRF funding milestones. The majority of the work for this project will be managed out of CDM Smith's Carlsbad office. Our proximity to both the CWRF and CMWD's offices allows CDM Smith to be readily available to collaborate in-person with CMWD staff to keep this project on scheduie and possibly co-locate to efficiently achieve a 60-percent design by September 2015 and a 90-percent design by December 2015. Tested "Fast-Track" Methods using Critical Path Scheduling will meet the schedule requirements for this project. Timely procurement and delivery of the major process equipment is a key success factor to completing the project on-time. Our early, pre-NTP collaboration with our membrane supplier will greatly facility the schedule. In our prelimi- nary schedule, we have identified the procurement, fabrication, and delivery of the microfiltration mem- brane process equipment as critical path and have outlined an approach so the membrane equipment can be procured at the start of Phase 2. , . Safety '"^'^^ By implementing our effec- tive safety program, CDM Smith is able to improve quality, budget, pro- ductivity, and schedule of the CWRF expansion through early resolution and identification of safety related items and have everyone return home safely at the end of each day. CDM Smith considers health and safety performance a primary factor in the success of any project or activ- ity we undertake. Our commitment to safe project execution has won CDM Smith numerous awards for zero accidents or injuries, In the past 7 years, CDM Smith has received more than 50 awards for our safety performance. We were recently awarded a National Safety Council Perfect Record Award for operating 419,608 employee hours without occupational injury or illness involv- ing days away from work. As a result of CDM Smith's commit- ment to safety, we have maintained an experience modifier rate (EMR) better than the industry standard of 1.0 for 22 consecutive years - since CDM Constructors Inc.'s inception. Our project safety plan that we develop specifically for the Carlsbad WRF will provide this same level of attention to safety for the Carlsbad WRF, ^ Flexibility Ourffexible design supports the ultimate expansion of the Carbbad WRF to support additional recycled water demands or potable reuse opportunities. Our proposed layout maximizes the use of existing facilities on the site and minimizes impacts to existing equipment. Ihe layout will also sup- port further expansion of the facility in the future. Our design utilizes a semi-universal skid which is capable of operating with membranes from five different membranes. This approach will allow the greatest con- trol over the membrane vendor for technical issues and cost negotiation during membrane replacement. This approach also allows for system flex- ibility to adopt different membranes and new technology which might be available in the future. ' '•'•''.^'.i'M Part 2 Design Builder Profile Part 2 Design Builder Profile General CMWD will benefit from having both design engi- neers and constructors working jor the same company, eliminating any gaps of responsibility, facilitating collaboration, and expediting the projecl schedule. Founded in 1947, CDM Smith is a fully integrated, design-build (DB) firm, recognized for excellence in the management and execution of large, complex alternative delivery projects in California and throughout the world. In the last five years, CDM Smith has delivered more than $570 million in DB and construction projects in California alone - projects that have almost exclusively featured CDM Smith designs. Approximately 85 percent of our construction work is accomplished using alternative project delivery methods—the majority of which are water/wastewater facilities. As a California registered general contractor, as wel! as a reputable design and construction manager, CDM Smith will serve as CMWD's single point of responsibility for all aspects of this project's delivery. CDM Smith also offers CMWD industry-leading membrane experts, wastewater treatment design, and extensive experience with DB delivery of new and retrofitted treatment and related facilities, self- performance general contracting capabilities, in-house fabrication capacity and trade speciakies, an outstand- ing safety record, and operations and maintenance expertise. Our local staff of more than 50 professional engineers, planners, scientists, constructors and support staff is supplemented by more than 5,000 additional CDM Smith staff for design, construction, and operations in more than 100 offices across the country. Legal Structure CDM Smith is organized as a corporation. Smith Project Office Location The majority of the work for this project will be managed out of CDM Smith's Carlsbad office. Our proximity to both the CWRF and CMWD's offices allows CDM Smith to be readily available to collaborate in-person with CMWD staff to keep this project on schedule and possibly co-locate to efficiently achieve a 60% design. Carlsbad Municipal Water District [ PAlOMAft CWRF CDM Smith Financial Condition In 2014, CDM Smith realized more than $1 billion in revenues. Our financial strength allows us to success- fully perform our role in achieving CMWD's goals for this project. CDM Smith's audited financial statements are provided in Appendix C of this proposal. Payment and Performance Bonds CDM Smith's DB and genera! construction subsidiary, CDM Constructors Inc., on behalf ofthe entire CDM Smith organization (referred to collectively as CDM Smith), holds the appropriate general contractor's licenses, surety bonding, and insurance required to execute alternative delivery and construction projects in California. We have provided a letter from CDM Smith's surety in Appendix C to verify the availability of a design-build performance bond of more Uian the amount indicated in our Price Proposal. Additional Information Additional information related to CDM Smith's ability to perform our contractual commitments for this project are provided in the Minimum Qualifications and Relevant Experience Questionnaire located in Appendix A. Parts Project Team 9\ Parts Project Team Design Builder/Other Firms CDM Smith is a fully integrated design-build entity capable of efficiently delivering both design and construction providing CMWD with a single point of responsibilitv for all aspects of project delivery. Unlike many DB teams, CDM Smith is both a California licensed general contractor as well as a highly reputable designer and construction manager. This means that we will serve as the DB entity for the CWRF Phase III Expansion project and be the single point of responsibility for all aspects of project delivery, from design through construction and commissioning. Because our engineers, technicians, operations, and construction staff'are all CDM Smith employees, our designers and constructors are unified—from project inception through project closeout and ongoing support—into one seamless, integrated DB team. As a result, CMWD wili have a truly single-source point-of- contact with direct responsibility for the entire project. Carlsbad Municipal Water District Project Team Manager Phase! Phase II 60% Design 100% Design Water Quality Sampling Construction Guaranteed Post Construction Maximum Price Proposal Performance Testing Start-Up Operator Training/Support MMFSuppller Our integrated design-build team remains consistent in both phases of this project to best meet CMWD's overall objectives. j With CDM Smith's team members being all part of the same integrated firm, CMWD will be able to most j effectively achieve the quality, cost, schedule, safety, attd flexibility objectives for the delivery of this project. Quality CDM smith maintains primary control and accountability overall project resources and can most effectively maintain consistently high quality through all phases ofthe projed. Cost CDM Smith designs with construction and operations in mind. We routinely conduct constructability reviews throughout the design to assure facility components can be constructed within CMWD's schedule and budget. Schedule in many cases, CDM Smith's constructors are also licensed engineers. Our in-house construction and engi- neering experts with backgrounds in DB can foresee challenges and possible delays, and qukkly and efficiently arrive at solutions. ~\ Safety COM Smith's constructors and engineers are accustomed to working together to identify and solve problems. Our integrated team facilitates efficient, collaborative communication and Implementation of one, unified health and safety approach and eliminates internal DB team competition that can result from a designer who teams with a construction company. ^"5 Flexibility CDM smith designers and constmctors will keep flexibility at the forefront of our design to improve life- cyde cost to accommodate for additional phases of expansion. smith d3l Parts * Project Team Management Approach of Key Personnel and Other Firms Engineers Szz^ Panel Builders iz^ Integrators Constructors CDM Smith's commitment to integrated project delivery has fostered a culture of communication and cooperation throughout the firm which is reflected in every one of our DB projects. CDM Smiths approach to DB projects focuses on partnering between the construction-design staff and key project stakeholders, which includes CMWD's key stakeholders. With in-house designers, there is no hand-off from the designer to the constructor. As we all work for the same firm, the designers collaborate v>fith the constructors throughout the project. The key to any successful project is to have a solid and well communicated plan amongst the entire team. The primary purpose is to make sure that the project performance meet CMWD's goals. Phase 1 and 2 of this project will be delivered as a total collaborative solution. To meet CMWD's goals, we will use proven approaches and tools, including: General Management: Establish a communication plan and have regularly scheduled meetings and design deliverables. We will track ongoing issues throughout both phases. Procurement Management: The construction manager will be engaged from the beginning of Phase 1 through the end of Phase 2 to establish a solid continuity with subconsultants and vendors. Schedule Control: We will develop resource loaded schedules for both phases, updating them monthly. Our scheduler will work with subcontractors and equipment vendors to ensure accurate information. Project Cost Control: Our approach consistently drives this issue based on very early design and with continu- ously updating costs to ensure budgets are maintained. We will drive a procurement process that yields best value and a procurement strategy that ensures competi- tion and inclusion from local contractors. Non-Integrated D-B Entity Prime Consultant Subcontractors Must Translate/flecondle Multiple Practices, Standards, Values Delegated Auountabillty Conflict Resolution Owner t Engineer ^ Constructor 1 Prime J CDM Smith Integrated D-B Full In-House Team Engineers Panel Builders ||| Interim Constructors -jM Wortis within Common Practices, Standards, Values Fun Accountability Confiict Resolution CDM Smith Mgmt Program Mgr Project Team Owno Project Quality Control: A quality assurance/quality control plan wiil be developed that incorporates review of designs through construction and integrates quality control protocols into daily execution and planning. Project Document Control: On a project of this type, effective control over the flow of information is an absolute. We wifl establish specific protocols for the flow of all project documents and other necessary information which will then be formalized in the overaU project management plan. smith a3 Project Team • Part 3 Key Personnel CDM Smith's fully integrated team is made up of industry experts who live and work in the Carlsbad area and have a vested interest in increasing the regions potable water supply. Our team has been strucbared to provide continuity in leadership throughout the design and construction, as iUustrated in the organization chart below. Principal-in-Charge Mike Dzubnar, PE,OB!A Health, Safety and Quality ! DaveVick,CH5T Carlos Melvin Carlsbad Municipal Water District Project Manager MIkeBantz, PE*,DB1A Technical Review GregWetterau,PE,BCEE 6illO'Nell,PE, BCEE, DBIA Lead Engineer leonelAlm3zafPhD,PE,5ECB Process Design HoonHyung, PhD,PE l&C Engineer Melvin Ridley, PE Estimating Mike Mackenzie, DBIA Project Controls/Scheduling Abraham Nejad, PMP, PSP, LEED AP Prindpal Process Equipment Subcontractor H2O Innovation** Superintendent RobMancino Operations/Start-Up Dan Hutton, DBIA Electrical and Instrumentation James Joy, PE Chris Avina, DBIA Support Services Sunejr & Construction Testing Constmction Testing & Engineering, Inc.* Civil Design Carrie Knatz, PE Healtfi& Safety DaveVick,CHST Principal Process Equipment Subcontractor H2O Innovation*' Electrical Design Brian Young, PE dotes:' R«|isteredinsi3te[s)olh«lhsntalifwnia " H30 InnoHlion iiaff are !hs only ones, nol ditedty wnployed by CDM Smith Working together for more than a decade, our team has planned, designed, and successfully implemented opera- tional facilities throughout California ranging from small recycled water projects to the 70-mgd Orange County Groundwater Replenishment System—one of the largest advanced recycling facilities in the world. Because of this experience, we understand water quality objectives for aU reuse levels, and we routinely work closely with regional boards and the Division of Drinking Water to develop treatment solutions that meet permitting requirements, achieve full client and stakeholder buy-in, and obtain regulatory approval. C-MWD wfl! benefit from our close proximity to your plant, enabling us to respond quickly to your needs. In addition, our team member, Melvin Ridley has hands-on experience working on the Encina WPCF and Carlsbad WRF plants, which enables us to understand SCADA integration issues and control tie-ins for the new facilities while also keeping your existing facilities online. Our leadership team will bring this continuity and consistency to Carlsbad. Brief descriptions of our team member's capabflities and qualifications are provided on the following pages. Resumes detailing our team members' relevant educa- tion, qualifications, accreditation, and experience are provided in Appendix B. Smith £14 Part 3 * Proiect Tedm Mike Bantz Project Manager As the overall project manager, Mike will provide continuity from design and construction through start-up and commissioning. He wiU have direct responsibility for the entire team, and has the full authority to commit all necessary resources to complete the project. He will report directly to CMWD as your single point-of-contact and collaborate daily with the construction manager and the design manager. Mike has 20 years of experience successfully leading design-build water and wastewater projects from design and development through facility startup with a focus on increasing the performance of projects against cost and schedule. Mike recently managed the design-build of Camp Pendleton's Northem Regional Tertiary Treatment Plant. Phase 2 Commitment: 50% Phase 2 Comniitmeat: 50% Lanaya Voelz Design Manager Lanaya has been supporting Southern California agencies in addressing water supply and reliability challenges for more than 15 years. She has served as design manager for the City of San Diego's advanced water treatment system demonstration facility, the City of Sand City's Desalination Facility, and the Harvard Avenue Trunk Sewer Pump Station. Ail three of these projects were delivered using our integrated design-build approach. As the design manager, She will lead the design team and is responsible for the entire design effort. She has the authority to direct designers, coordinate work with constructors, and serves as the overal! Designer of Record. Process design leads and design discipline leaders report to the design manager. Phase 1 Commitment: 50% Phase 2 Commitment: 50% Randall Redmann Construction Manager Randy has 25 years of experience in the management and supervision of construction contracts, including water and wastewater facilities using the design-build contract delivery method. His experience includes construction management, safety monitoring, and quality control. As construction manager, he is responsible for the overal! construction management of all construction activities, including procurement, construction costs, schedule, quahty, and contract admmistration for this project. He has served in this role for the SRTTP and NRTTP Plants at Camp Pendleton, the West Basin Water Recycling Plant, and the Perris I BWRO Facihty. Phase 1 Commitment: 50% Phase 2 Commitment: 100% Mike Dzubnar Principal-in-Charge Mike has nearly 20 years of expertise in the construction of water treatment projects. He will serve as the principal-in-charge and support CMWD in confirming that CDM Smith's resources are available throughout this project and CMWD's needs are being met. Phase 1 Commitment: 20% Phase 2 Commitment: 20% Greg Wetterau Technical Review Greg has more than 20 years of expertise in process and system design for membrane filtration. He is the Vice President for the American Membrane Technology Association and has served on multiple Project Advisory Committees for the Watereuse Research Foundation. Greg will be responsible for providing technical guidance in the treatment process through design, construction and startup. Phase 1 Commitment: 20% Phase 2 Commitment: 20% Bill O'Neil Design Quality Manager Bill has 28 years of water and wastewater expertise, including design-build projects, engineering services during construction, and treatment plant operations during startup and testing. As the a technica] reviewer of design. Bill is responsible for implementing CDM Smith's quality management process, reviewing design documents, and maintaining project consistency. Phase 1 Commitment: 10% Phase 2 Commitment: 10% Dave Vick Healths Safety Dave has more than 18 years of construction health and safety experience. As the health and safety manager, he is responsible for implementing CDM Smith's health and safety management process, reviewing the development of the project health and safety ^5 Project Team • Part 3 plan, and oversight of site safety and compliance by all on-site staff", subcontractors, and visitors. Phase 1 Commitment: 10% Phase 2 Commitment: 100% Carlos Melvin Construction Manager Carlos has 15 years of experience in water, wastewater, construction, and quality control inspection. He will provide construction quahty control for this project consisting of conducting regular QC meetings and generating and submitting daily QC reports. Carlos has served in this role for 6 years at Camp Pendleton. Phase 1 Commitment: 50% Phase 2 Commitment: 100% Leonel Almanzar Lead Engineer Leonel has more than 20 years of experience in design-build projects. He will serve as the lead design engineer and support our design manager throughout this project. Phase 1 Commitment: 100% Phase 2 Commitment: 50% Rob Mancino Superintendent Rob has more than 15 years of experience serving as foreman and superintendent on large wastewater treatment plants. As superintendent, he wiU support our construction manager throughout this project. For various projects at Camp Pendleton, Rob has supervised construction crews, managed procurement, and forecasted. Phase 1 Commitment: 50% Phase 2 Commitment: 100% Hoon Hyung Process Design Hoon has 16 years of water treatment process expertise for water projects up to $150 million in total project value. He has authored/ co-authored more than forty articles on advanced water treatment. Hoon has also worked on various domains in water and wastewater technology including membrane manufacturing and development. He will support this project's process design tasks. Phase 1 Commilmenl: 50% Phase 2 Commitment: 50% Melvin Ridley Instrumentation & Controls Engineer Melvin will lead the instrumentation and controls design for this expansion. He has more than 10 years of experience providing instrumentation engineering for projects including his hands-on experience working on the Encina WPCF and CWRF plants. Phase 1 Commitment: 50% Phase 2 Commitment: 50% Dan Hutton Operations/Start-Up Dan has 40 years of experience performing design, construction management, and facility operations with expertise in start-up and operation of membrane treatment facilities. He will provide startup/ commissioning planning and scheduling, startup, and testing for this facility. Phase 1 Commitment: 20% Phase 2 Commitment: 50% James Joy SCADA Integration James has more than 8 years of experience in process control design, programmable logic controller programming, and human machine interface programming. For this project, he will provide control panel design and assembly, startup, and trouble shooting. Phase 1 Commitment: 50% Phase 2 Commitment: 100% Chris Avina Electrical and Instrumentation Construction Chris has more than 20 years of experience in the electrical and instrumentation and controls field. He will provide electrical and instrumentation design, assembly, and startup. Phase 1 Commitment: 50% Phase 2 Commitment: 100% H20 Innovation Principa! Process Equipment Subcontractor H20 Innovation is an equipment integrator specializing in membrane technologies. The company has been engaged in the design, manufacturing and packaging of microfiltration equipment and systems for 25 years, since 1990. H20 Innovations has more than 550 systems in operation around the world and has successfully worked with CDM Smith on | -•.1 at least seven major facilities, | including the Indirect Potable • Reuse Demonstration System in j San Diego. H20 Innovation's work i on this project will be managed locally out of their Vista, CA office, ^ making them readily available I to CMWD. I Phase 1 Commitment: 100% ; Phase 2 Commitment: 100% i Part 4 xperience irnmrmni'iTmrMfi Part 4 Experience Today's membrane technologies can turn marginal water resources into safe drinking water, allowing municipali- ties to develop new water supplies from sources once thought to be worthless. CDM Smith has designed more than 2.5 billion gallons per day of membrane filtration facilities across the US. and has been helping municipalities to maximize their water resources by investigating membrane treatment alternatives and design and construct MF treat- ment facilities since the first large municipal microfiltration system in the U.S. CDM Smith was also chosen by the Water Environment Research Foundation (WERE) to lead a study to determine the types of membranes necessary to attain the necessary water quality for various forms of reuse. As a seasoned design-builder, CDM Smith has extensive experience in designing and constructing all variet- ies of conventional and advanced treatment technologies, as well as retrofitting these technologies into existing treatment plants and m implementing improvements to exist- ing facilities with a focus on flexibility for future phases of expansion. 85-percent of CDM Smith's construction work is accomplished using alternative project delivery methods - the majority of which are water/wastewater facilities. In the past five years, C^DM Smith has been responsible for the execution of more than $570 million of water and wastewater design-build projects in Calffornia - projects that have almost exclusively featured CDM Smith designs. This experience has resulted in a solid understanding of the California construction market and what it takes to build a water treatment plant for the best price. 2 Billion gallons per day The membrane capacity throughout the United States and globally designed by CDM Smith (preliminary and final design) . • 85% Tlie percentage of COM Smith's Hiillllltil^^^H rcpsrructionwork The value accomplished u<iit9 alternative OUtinrt ^mrins California regional delivery methods water and wastewater design build projects in tiie lasts years Guaranteed pricing for design-build projects requires foresight that comes only from hands-on experience with similar projects. Because CDM Smith has a full range of in-house design, construction and operation capabilities, we have the ability to self-perform the design and many of the construc- tion trades. As our construction group employs more than 300 construction managers, superinten- dents, cost estimators, schedulers, electricians, construction labor/ trades, and O&M specialists, CDM Smith is able to balance our self-performance capabilities with subcontractor bid work on con- struction projects that allows us to provide the most competitive costs and least amount of risk, maintain a high level of project control, and also meet small business and local subcontracting goals. CDM Smith maintains highly trained field crews to self-perform various portions ofthe work on construction projects including concrete, yard piping, process mechanical piping, electrical/ instrumentation and controls. CDM Smith has self-performed up to 80-percent of the craft work on DB projects, saving municipalities time and money. CDM Smith's primary control over project resources maintains a consistently high level of quality on all aspects of our projects. Ihv projects rejerenced in this section represent a sample of CDM Smith's experience serving as the design engineer and/or contractor and successftdly enforcing quality, cost, schedule, and safety for water recycling treatment plant projects similar to the CH'ftf. Part 4 • bxpcrience San Diego Advanced Water Purificatjon Facility City of San Diego Role: Design-Builder and Operator CDM Smith designed, constructed, and operated this 1-mgd demonstration scale advanced water purification facility at the North City Water Reclamation Plant (NCWRP). Through extensive testing at the facility, CDM Smith demonstrated the feasibility of using advanced treatment technologies to treat tertiary wastewater to high quality product water that can be sent to the local San Vicente Reservoir for indirect potable reuse. Built in less than four months and operated for a year and a half, the demonstration project was used to build public support and achieve preliminary regulatory approval for a future full-scale reservoir augmentation project. As part of the project, CDM Smith provided parallel treatment trains compar- ing MF and UF as pretreatment for reverse osmosis. The MF system selected was manufactured by Pall Corporation, serving as a benchmark to compare against other successfully operated wastewater facilities. The UF system selected was a semi-universal membrane rack compatible with membranes from muhiple vendors, the first of its kind installed in California. Membranes selected for the UF system were manufactured by Toray Membrane. After 18 months of operation, the two membrane filtration systems both proved reliable for removal of pathogens and providing a reliable supply for the down- stream reverse osmosis. The Pall and Toray membranes operated at similar flux {30 gfd), similar recoveries (94%), and similar fouling rates {3 month cleaning frequency), although the smaller poor size ofthe Toray membranes demonstrated a more reliable removal of viruses, which was consistently greater than 4 log units (99.99%). No membrane fiber breaks were observed for either system during the 18 months of operation. Tlie Demonstration Facility also served as the focal point for public education and outreach efforts conducted by the city. CDM Smith developed the equipment layout to facilitate public tours, maintain- ing a tour path that brought visitors through the center of the treatment processes, while maintaining safe distances from high pressure pumps and chemi- cal storage and injection areas. Education and outreach features were also developed by CDM Smith and incorporated into the design, including informa- tion signs on the various unit processes, a color coded tour path, an educational video, and a script for the daily tours conducted at the facilities. INFORMATION Owner Reference: Amy Dorman,RE. T: (619) 533-5248 Contract Value; $6.6 million Year Started/Completed: 2011-2014 Key Personnel: • lanaydVoek, Deputy Project Mar]ager and Design Manager • Greg Wetterau, Demonstration Fadlity Process Lead • Melvin Ridley,/SCDes/^n • imes loy, SCADA Integration • Mike Mackenzie, Chief Estimator • Rob l^anmo, Superintendent 10 Smith 3o Experience • Part4 Pf. SfGlj-Bl/ILfi PRO lECTS OF SIMILAR SI Cambria Emergency Water Supply Project Cambria Community Services District Role: Design-Builder CDM Smith designed, constructed, permitted, and started up this emergency water supply project. This project is the second IPR facility in California permitted under the new groundwater recharge regulations and first to receive approval for a two-month aquifer travel time. The project had a very aggressive schedule, allowing only six months to complete construction and start-up of the facility In order to meet this schedule, CDM Smith put a major emphasis on early procurement of the major process equipment, The treatment plant is designed to treat approximately 1-mgd of secondary effluent and brackish groundwater extracted from a groundwater well located at the District's secondary effluent percolation ponds. ^ CDM Smith designed, constructed, permitted, and started up this emergency water '^*">**^ supply project in less than 12 months. In order to meet this schedule, we put a major emphasis on early procurement of the major process equipment Owner Reference: Jerry Gruber T: (805)927-6223 Contract Value: $7 million Year Started/Completed: 2014-2015 Key Personnel: Greg Wetterau, Process ieorf • RandaWKtdmum, Construction Project Manager • HoanHymq, Design Jasldead Hmon, Operations/Start-up • Chris Avina, fleftr/co///fiC Dan Camp Pendleton Tertiary Treatment Plants Design and Construction Naval Facilities Engineering Command, Southwest Role: Designer, General Contractor, and Operator for this award winning facility CDM Smith was selected for an aggressive $260-million program to design, build, operate, and maintain water, wastewater, and recycled water systems to address the aging infrastructure at the Marine Corp Base at Camp Pendleton (MCBCP). This contract included 24 individual design-build projects over a seven-year timeframe for which CDM Smith had full engineering and construction responsibflity, including the 5-mgd Southern Region Tertiary Treatment Plant (SRTTP) which uses AquaDisk* cloth filters. Selected for a second phase of work at MCBCP in 2011, CDM Smith's work included the expansion of SRTTP up to 7.5-mgd, plus a new 4-mgd Northern Region Tertiary Treatment Plant (NRTTP) using DynaSand'' continuous backwash media filters. -J Vus project received the 2007 DBIA Design/Build Excellence Award, and CDM Smith has earned "Outstanding" performance ratings for design and consiruction quality, schedule adherence, and management effectiveness. Owner Reference: Greg Thomas T: (760) 644-5379 Contract Value: $260 million Year Started/Completed: 2004-2012 r Key Personnel: Michael Bantz, Project Manager • leonel Almazar, Lead Structural Engineer/Project Team Leader • Dave Vick, Program Health & Safety Manager • kbra\\mHeii6, Project Controls Specialist • (.bus hVm, l&C Project Manager • Melvin Ridley, Projecf Engineer • Imesioy, Electrical & Instrumentation Support • t^W^eOzabm, Program Construction Mariager • Carlos Melvin, Co/isfmcf/or? QC Manager • Mike Mackenzie, flj/effsf/mofo/' • Ksr\dyRe6mnn, Construction Project Manager • Udt\HiiXton, Operations/Start-up • Rob Mancino, Superintendent CDW!,^ smith 11 3\ Part 4 • Expofience RECYCLED/RECLAIMED WATER FACUtIV DESIGN PROJECTS INFORMATION Owner Reference: PaulFu (562)275-4251 Contract Value: $2 million Year Started/Completed: 2011-2014 Key Personnel: • Greg Wetterau, Process Lead • Leonel Almazar, tMdSfrucTufl/ Engineer Leo J. Vander Lans Water Treatment Facility Expansion Water Replenishment District of Southern California Role: Design Engineer In a joint effort with the Los Angeles County Department of Public Works (LACDPW), the Water Replenishment District of Southern California (District) operates a program to artificially replenish the Central and West Coast Groundwater Basins by spreading and injecting replenishment water. The Leo J. Vander Lans Water Treatment Facflity (LVLWTF), creates recycled water for an engineered freshwater pressure ridge and seawater trough designed to protect groundwater in the Central Basin of Los Angeles County from seawater intrusion. CDM Smith's 18-year history with this facility began with the original feasibfl- ity studies and the first CDPH Engineers Report in 1994. In 1998, CDM Smith began the design phase for the project. CDM Smith oversaw the design of the mechanical for the RO system, and directly designed the MF facilities, sitework, chemical systems, UV-AOP irradiation system, product water pump station, waste equalization structure, buildings, barrier pipeline connections and control systems. In 20U, CDM Smith designed a 5-mgd expansion of the treatment facility To replace the use of imported water entirely, the District expanded the production capacity of the LVLWTF from 3-mgd to 8-mgd. The District received tertiary treated (Title 22) recycled water from the Los Angeles County Sanitation Districts' (LACSD's) Long Beach Water Reclamation Plant (LBWRP). In order to ensure a sufficient supply of source water to meet the expansion requirements of the LVLWTF, the District planned for facilities to also obtain tertiary effluent from LACSDs Los Coyotes Water Reclamation Plant (LCWRP)in the future. The plant was constrained by 760,000-gallons per day (gpd) waste discharge limit. In order to not exceed this limit, the LVLWTF expansion provided the additional 5-mgd of treatment capacity essentially without increasing the waste flow to the sewer. To accomplish this, the backwash from the MF system is treated and reused while a third stage has been added to the RO to increase the RO recovery rate to 92.5 percent. This increase in RO recovery reduces the dafly brine flow in half It is the first facility to achieve permitting under the latest draft CDPH Groundwater Replenishment Reuse Regulations. With the expansion complete, this project will now replace up to 100 percent of the potable water previously used for the barrier, conserving about three billion gallons of fresh water annuaUy The expansion involved seamlessly integrating modifications to the existingplant with minimal impacts to the current operations. CDM Smith's design of the 5-mgd expansion ofthe MF/RO/UV advanced treatment plant also allowed the existing plant to continue to produce 3-mgd of purified recycled water throughout the construction period. 12 Smith 32 Expefience • Part 4 R E C y ( L E D /1^ E C L A I M E U WATE El Estero Wastewater Treatment Plant Tertiary Filter Rehabilitation City of Santa Barbara Role: Design Engineer This project required the selection of an optimum tertiary ftUration and demineraliza- tion alternative to achieve Title 22 turbidity and TDS water quality objectives, and meet the City's recycled water demands. This project is an example of how the CDM Smith team consistently meets municipalities' benchmarks for budget, schedule, and quality. Our original contract was for preliminary design. Based on our on-time and under- budget delivery, our expertise in aU technical aspects of the project, frequent face-to-face interactions with the City to fully engage them in collaborative decision-making, and our high-quality deliverables, the City awarded the final design directly to CDM Smith. CDM Smith delivered the preliminary design under budget, and we are currently on budget for final design. CDM Smith met all project milestones and deliverables on time, and the prelimi- nary design report was delivered on schedule to the City Council. CDM Smith conducted interdisciplinary reviews, checked cross coordination, and made recommendations that added value to the project from its onset. Key Personnel: Greg Wetterau, Task Lead & Process Engineer • Hoon Hyung, Design TaskLead INFORMATION Owner Reference: Rebecca Bjork T; (805) 564-5387 Contract Value: $1.76 million Year Started/Completed: 2012-2015 Groundwater Replenishment System Orange County Water District Role: Design Engineer This project has solved many of the regions most critical water resource issues: providing a long-term, locaUy controlled potable and reclaimed water supply CDM Smith led tlie project development phase, final design, bidding, construction, and operations and maintenance services for this world class project - one of the lai^est indirect potable reuse wastewater reclamation project in the world, which provides up to 144,000 Orange County families witii a new source of drinking water CDM Smiths des^n includes tlie 70-mgd output (expandable to 130-mgd) MF/RO/UV treatment facility, tiiree project water pumping stations, a 13-mile, 60- to 78-inch-diameter GWR pipeline to transport the water to the recharge basins, 16 injec- tion weUs on eight sites to expand the existing seawater intrusion barrier, and approximately three miles of barrier pipelme. CDM Smith performed groundwater modelmg to determine optimum locations of wells and supported the agencies with presentations at Board Meetings, public meetings, meeting with groundwater pumpers, meetings with the Independent Advisory Committee, and meetings with regulatory agencies throughout the project. Seven major constuction contracts were prepared on budget and on schedule. This project won over 20 awards, and is considered one of the most successful groundwater recharge treatment systems in the world. Key Personnel: Lanaya Voelz, Design Task Lead/Process Engineer • Greg Wetterau, Technical Reviewer INFORMATION Owner Reference: Mehul Patel (714)378-3200 Contract Value: $485 million Year Started/Completed: 2005-2008 Smith 13 33 Part 4 • Experience FACILITY CONSIfilKllON PROIECTS INFORMATION Owner Reference: Steve Matarazzo T: (831) 394-3054 Contract Value: $5.7 million Year started/Completed: 2007-2010 Key Personnel: • IsnayaMz, Design Lead • GregV^enem, Design Project Manager • Dan Hutton, Operflf/o/?s/5r(7rf-up r Design-Build of Brackish Desalination Facility City of Sand City Role: Contractor (Design-Builder) The City plans to redevelop into a mbted-use community to attract growth and new residents. In order to make this redevelopment possible, Sand City needed an additional water supply and therefore initiated a 0.3-mgd design- build project to facflitate the treatment of seawater to domestic drinking water standards. The project included a fully-operational water treatment facflity and associated permits. CDM Smith provided design-bufld services for this project to augment existing water supplies as the city grows and redevelops. A key challenge of this project was securing the permits for the first fufl-scale seawater desalination plant in California permitted under the states new surface water treatment regulations. To minimize challenges and ensure that permitting would be secured, CDM Smith took a conservative approach. Efforts included the use of subsurface intakes rather than drawing from an open intake source; the use of a subsurface brine discharge well, which limits the salinity of brine to below seawater salinity, and providing filtration and disinfection for Giardia and Cryptosporidium viruses. The plant had to solve several unique problems. The plant's concentrate output had to have the capability to be blended with feed water to maintain a discharge below regulatory-permissible levels. As the plant product water was discharged to an existing system, a post treatment and blending system was developed to ensure compatibility with the existing groundwater and surface water sources. As the first full'scale seawater desalination plant in California permitted under the new surface water treatment regulations, it is now being refer- enced as a model, both for footprint and approach, by the Division of Drinking Water, the California Coastal Commission, and other small governing agencies that review desalination plants. The facility has been used by both America Water Works Association (AWWA) and the American Membrane Technology Association (AMTA) as a training tool for workshops on seawater desalination. CDM Smith provided further value by proposing to double plant capac- ity to 0.6-mgd, thus allowing for off-peak operation. This resulted in a cost-of-power savings that paid for the upgrade in only a few years. By selecting positive displacement pumps operating with 95 percent ejficiency, CDM Smith improved the overall efficiency of the plant, eliminated the need for variable fre- quency drives, and enabled the plant to treat the unusually large range in design salinity and feed pressures at both a reduced capital and reduced operating cost. The use of energy recovery devices further reduced the overall pumping costs; resulting in a 67 percent decrease in the size ofthe ROfeed pumps. 14 ^srnlth Experience • Part 4 VCLED/REClAiMED WATER FACIL Delta Water Supply Project City of Stockton Role: Contractor (Design-Builder) This project led to a reduction in water imports and allows the City to manage its groundwater basin as a drought reserve. CDM Smith used a design-build delivery approach for the design, permitting, construction, startup, testing, operator training, and commissioning services for a new 30-mgd (ultimate capacity of 160-mgd) water treatment plant, more than 18 miles of raw water and treated water pipelines, and seven micro-tunnels. Through proactive local contractor outreach, 67% of the construction opportunities were awarded to local firms, providing almost S71 miflion of work for the local economy. The staged DB delivery approach allowed the owner to control up-front contract document and proposal preparation costs, participate fully in project develop- ment and decisions, and competitively procure afl elements of the project to achieve cost control, cost transparency and cost certamty. CDM Smith tailored its design process to match the owner's construction schedule and maximize input. The architectural design elements helped secure a LEED Gold Rating for the plant operations building. Owner Reference: BobGranberg T: (209) 937-8779 Contract Value: $177 million Year Started/Completed: 2008-2012 r Ihis project received the 2011 Occupational Excellence Achievement Award from the National Safety Council for reaching over 145,000 person hours worked without a lost-time accident. Tlu recordable and lost time inci- dents are very low considering the size and complexity ofthe Delta Water Supply Project. Key 9monne\:ke ies\\e, Project He(}tth&Safety Manager Hutton, Operations/Start-up Mike Mackenzie, CTf/effsf/mflfof • (.hrlsMwd. l&C Project Manager • Dan Edward C. Little Water Recycling Facility Expansion Phases III & IV West Basin Municipal Water District Role: Contractor (Design-Builder) CDM Smith designed and constructed $16 million in new facilities at the existing West Basin Water Recycling Facility (WBWRF). The new treatment system included RO pretreatment, RO treatment (which facilitates TDS removal), and sodium hypochlorite disinfection. The new facilities included 1,200 gpm of low-pressure boiler feedwater (one-pass RO) and 1,800 gpm of high-pressure boiler feedwater (two-pass RO) for use at the Chevron boilers. In addition to use as feedwater at the Chevron Refinery, the product water also was used for groundwater injection to protect the aquifers below Los Angeles County from salt-water intrusion. For Phase IV of this project, CDM Smith's pre-design engmeering services included feasibility smdy and preliminary design for $50 miflion worth of upgrades and expansion including a 5-mgd expansion of the barrier water treat- ment system, and expansion ofthe Title 22 treatment system from 30-mgd to 40-mgd, which also included pretreatment facilities to condition the tertiary plant influent. INFORMATION Owner Reference: Richard Nagle T: (310)550-6210 Contract Value: $16 million Year Started/Completed: 2001-2005 CDM Smith eliminated the need to build additional chlorine contact basins for the expanded capacity through conducting a dye study ofthe existing basins to show that the existing basins would achieve the required contact time with minor modifications. Key Personnel: Mike Dzubnar, Project Manager • Bill O'Neil, Senior Technical Reviewer ^^rmth 15 35 Part 4 • Experience Safety By implementing our effective safety program, CDM Smith is able to improve quality, budget, productivity, and schedule through early resolution and identification of safety related items and have everyone return home safely at the end of each day. CDM Smith considers health and safety performance a primary factor in the success of any project or activity we undertake. CDM Smiths Health and Safety Program is based on the principles that people are our greatest asset and injuries and illnesses are preventable. Our objective is to maintain a health and safety program that will reduce the number of injuries and illnesses to an absolute minimum, with a goal of zero accidents and injuries to our employees, subcontractors, and clients' employees. Our commitment to safe project execution has won numerous awards for zero accidents or injuries. Over the past 7 years, CDM Smith has received more than 50 awards for our safety performance. We were recently awarded a National Safety Council Perfect Record Award for operating 419,608 employee hours without occupa- tional injury or illness involving days away from work in our Rancho Cucamonga office, where the majority of our California construction staff reside. Additionally, both the Delta Water Supply Project in Stockton, California and the Marine Corp Base Camp Pendleton Design-Build-Operate-Maintain II project in Oceanside, California were recognized by the National Safety CouncH for exemplary safety performance with 2012 Occupational Excellence Achievement Awards. CDM Smith's H&S program was developed to comply with aU OSHA requirements (29 CFR, Part 1910 & 1926) along with the specific requirements of client agencies. The program is specifically tailored to meet the require- ments of the USACE Safety and Health Requirements Manual (EM 385-1-1) and CDM Smith has implemented the program successfully on USACE and EPA projects. CDM Smith also implements a behavior-based safety program for many of our projects that involve both CDM Smith staff and our subcontractors. CDM Smith has been implementing this behavior-based safety program for more than 10 years on select programs and currently involves a great number of our workforce and subcontractors. Each of CDM Smith's subcontractors As a result of CDM Smith's commitment to safety, we have maintained an experience modifier rote (EMR) better than the industry standard of 1.0 for 22 consecu- tive years - since CDM Constructors Inc.'s inception. 'KMSlRLilEMfii. 2006 2007 2008 2009 2010 2011 2012 2013 2014 2015 ' is also required to have a job-specific safety program that must include a Hazard Communication Program as well as an OSHA compliance monitoring program. CDM Smith ^—^ j ;\tC'-i''' reviews subcontrac- f^'Ti {i»ct 1^^^*^ vJ tor safety programs and monitors tiieir adherence to these programs to ensure a truly safe project site. CDM Smith's exemplary record is demonstrated through the positive outcomes of our OSHA inspections. CDM Smith's Lost Workday Incident Rate for the lost W years is provided in the graph below: 2005 2006 2007 2008 2009 2010 2011 2012 2013 2014 16 ^mth 3to Parts Project Approach 37 Parts Project Approach Since the early 1990's, the Carlsbad Municipal Water District has been committed to providing recycled water which helps conserve water by reducing the City's demand on San Diego County's limited drinking water supply. About one of every five gallons of water provided by the Carlsbad Municipal Water District today is recycled water. Recycled water is practically drought-proof Since recycled water is exempt from the drought watering restriction, it is vital for sites currently able to make use of recycled water, including Legoland, The Crossings @ Carlsbad Golf Course, and the Flower Fields. A gallon of recycled water is also about 16 percent cheaper than a gallon of potable water, because the water district controls the production. Sales of recycled water increased about 28 percent during die first six months of 2014. Because of the supply reliability and cost effectiveness of the CMWD's recycled water, there is an increasing demand for the recycled water. To accommodate this increased demand, the City is expanding their recycled water program. The expansion program includes increasing the capacity of the Carlsbad Water Reclamation Facflity by 75 percent, so it can treat and recycle 7 million gallons a day. It currently treats up to 4 million gallons a day This expansion wil! be partly funded through Proposition 84, from which the City was successful in securing funding. To achieve the schedule milestones of the funding, the City is proceeding with a design/bufld approach. In order for this design/build project to be successful, the CMWD needs: • An integrated design/build team that can meet the CMWD schedule, while maintaining quality and safety • A facility that fiflly complies with the RFP and project requirements • A flexible design that supports the ultimate expansion of the CWRF as additional recycled water demands or potable reuse opportunities arise • Membranes that reliably and cost effectively produce a water quality customers expect • Integration into the existing system that minimizes impact on current plant operations and is consistent with the existing CWRF and the EWPCF Project Management Plan and Approach during Phases 1 and 2 CDM Smith will implement management approaches to streamline construction and manage construction activities while maintaining plant operations to control costs and meet CMWD's schedule for this project. Guided by the leadership of Mike Bantz, DBIA, the focus of our project management approach is simple: • Provide leadership and guidance to seamlessly integrate the design, construction, and operations teams to meet or exceed the City's expectations for a well-executed DB project • Bring the project in on time and on budget • Keep project team and plant staff safe • Deliver a quality product QUALITY COST SCHEDULE SAFETY FIEXIBILITV CDM , smith Seamlessly integrate the design, construction and operations teams to meet or exceed the City's expectations for a well-executed DB project Meeting expectations hinges on open, frequent communication which is critical to the success of this project because of exacting equipment requirements, integration into the existing facflities, and the schedule. We will establish a collaborative relationship with the City's team It is imperative that afl parties involved in the delivery of the project become aligned early on. As part of our standard approach to DB we use a chartering workshop aflowing the team to establish a clear set of project objectives and communication protocols, define roles and responsibilities, align 17 3«i Parts * Project Approach metrics on critical success factors and truly develop an understanding of afl project team member perspectives. During this workshop, a short-term plan that details the first phase activities will be developed. It allows for a planned and organized interface between team members and helps to kick off the project in a positive manner. Following the chartering workshop, there wifl be frequent technical review meetings wherein CMWD team members wifl be updated with development of design packages and will have opportunities for early input, review, and comment. CDM Smith encourages an over-the-shoulder review format for these meetings to encourage discussions between the entire team which can be held either at the CMWD's or CDM Smith's Carlsbad facilities. The charrette process facilitates the participatory approach to design and at this point is an ingrained part of our development process. The workshop methodology includes in-depth, over-the- shoulder reviews with appropriate executives, staff, and other end-users to collect feedback on design and construction issues in an environment that promotes client, designer, operator, and constructor engagement. The team's goal in utilizing the workshop methodology is to promote consensus as to project requirements, permitting needs, initial planning concepts including alternate design options and capital cost. To best meet these goals, charrettes are proposed throughout the entire design process. The design and construction processes will be injegrated throughout Phases 1 and 2 CDM Smith's commitment to integrated project delivery has fostered a culture of communication and cooperation throughout the firm which is reflected in every one of our DB projects. CDM Smith's approach to DB projects focuses on partnering between the con- struction-design staff and operators. Our constructors are involved in the beginning at the concept design phase and designers are involved through start-up and commis- sioning, Constructability reviews are integral to the design, assessing from the construction standpoint how the work can be most efficiently procured and executed in the field, including costs, schedule, construction sequencing, and impacts. The reviews will focus on the construction to be performed and the potential for mod- ification of the designs to reduce project costs without affecting quality and intended performance. These constructability reviews, which include superintendents, estimators, safety officers, operators and the construction manager, are performed starting at the concept design through 100% design. With in-house designers and con- structors, there is no hand-off from the designer to the constructor or the operator, because the designers collab- orate with the constructors and operators throughout the design, construction, and commissioning processes. During construction and commissioning, our engineers are in the field during construction - spending boot time at the project site helping to resolve conflict or provide clarification on issues identified. CDM Smith's close proximity to the project site will fiirther foster design presence during construction and start-up. Bring the project in on time and on budget Developing and adhering to the GMP. The process of arriving at a GMP started during the preparation of this proposal and continues through Phase 1 to a GMP offering. Cost estimates will be performed "real-time" during the development of the 60% design for additions and deletions approved by CMWD For continuity of our proposal we use a common coding architecture that will align our base proposal wilh our GMP offering. As part of the GMP proposal, afl costing data including estimates, vendor quotes and submittal data wifl be presented as a bid book to the City electronically as wefl as hardcopies provided in 3 ring binders in an open book, easy to follow manner. A GMP review meeting will be held to discuss the final proposal. This allows for a transparent process for the final GMP and award ofthe Phase 2 contract. Risk Management is critical to meeting schedule and budget. The key to risk management is early identifica- tion and proactive planning to avoid risk where possible and developing appropriate measures to mitigate risks when they are unavoidable. 5-Step Risk Mitigation Process 1. Risk Identification: We hold a dedicated risk iden- tification meeting with the project team. We then use a risk register to record all risk items and later quan- tify/evaluate those risks in Step 2. This risk register allows us to define standards of classification (i.e., probability and impact scales). A risk register template is 18 ^^mith 40 Ptoject Approach - Part5 used as a starting point to prompt the team members to address certain risks that are typical for the types of work we perform. The team works to evolve the template into the project- specific risk register. 2. Risk Evaluation, Mitigation and Quantification: We evaluate the probabflity and potential impact of the risk prior to mitigation, determine how we can mitigate and quantify the probabflity and impact of the mitigated risk (both dollars and schedule), At the completion of Step 2, we now have our estimated probabflity and impact for each risk item before and after mitigation. It is important to note that downside and upside risks be identified as the overall risk projections need to take into account both types of risk. 3. Model Development: We begin using the "@ Risk" tool to develop our risk model. This step can be performed in parallel with Steps 1 and 2. Using the risk items identified and their distribu- tion, probabflity and impact, we build a model that predicts the likely total cost and schedule impact on the project 4. Model Output, Analysis and Recommendations: We then run an "@ Risk" simulation on each risk item resulting in the likely total cost impact to the project. Once the model runs, we have several graphic options for analysis and recommendations. The model data is evaluated and results are presented to the project team. We then use the cost impact in consideration of our project risk based contingency. 5. Implementation of Risk Management Activities During Project Execution: In the final step, the risk management activities that are established in the risk management identification and management planning in Steps 1 through 4 are implemented by the project team as the project plan is finalized, and the work is then executed. This critical last step is the most important in the risk management process, as key risk planning only resuhs in effective mitigation through proper project team implementation. We have started this 5-step process for the Carlsbad Water Recycling Facility and will continue evaluating potential risk items, some of which are listed below: • influent water quahty • Long lead procurement • Subsurface conditions • Tie-ins to existing facflities • Schedule • Permitting Meeting schedule CDM Smith wfll complete this project using our proven "fast-tracked" management procedures using flexible design and construction processes that identify critical path work in advance and develop proven methods of managing schedule. CDM Smith wifl utflize several scheduling and construction techniques to safely deliver a quality project on time. Tested "Fast-Track" Methods using Critical Path Scheduling wiW meet the aggressive schedule require- ments for this project. CDM Smith embraces and successfully implements Critical Path Design Submittals to allow construction to commence early in a DB project. Given the final completion date of September 2016, CDM Smith is ready to demonstrate how schedule mflestones can be met, and with the CMWD's support, be fast-tracked. Timely procurement and delivery of the major process equipment is a key success factor to completing the project on time. Involving the design and construction professionals and vendors, early in the procurement process enables the team to realize shared goals of designing and buflding a high-quality, cost-effective, and reliable facflity. CDM Smith's established procure- ment management process begins during proposal development. Final selection of equipment vendors and subcontractors wfll be heavily weighted toward those wifling to commit to meeting budget, schedule, quality, safety, and local and smafl business participation goals for the project. Our early, pre-NTP coflaboration with our membrane supplier will greatly facilitate the schedule in the case of design development and major equipment procure- ment. For example, in our preliminary schedule, we have identified the procurement, fabrication and deliv- ery of the MMF process equipment as the critical path. Our schedule includes the option for early procurement and fabrication of the MMF process equipment. Through our collaborative workshops and over the shoulder reviews, we are confident that we wfll be able ^^rmth 19 4\ Parts • Project Approach to reach consensus with the CMWD's team on key deci- sions so the membrane equipment can be advanced to a 100% level to allow it to be procured immediately at the start of Phase 2 after the GMP has been agreed upon. This early procurement, prior to 100% design ofthe total project, wfll allow for the membrane equipment to proceed to fabrication whfle the remainder of the design is being completed saving months in the project schedule. We utilized on early procurement approach on the Cambria Emergency Water Supply project to get the MF equipment into fabrication prior to the 100% design completion, - reducing the overall project schedule by 4'months. Maintaining the project schedule is critical to meeting the Prop 84/SRF funding milestones. The primary plan- ning and scheduling management tool used by our firm is Oracle's Primavera Professional Project Management (P6) Software using the Critical Path Method (CPM) and Precedence Diagram Method (PDM) techniques to generate the project schedule. A summarized version for the Carlsbad WRF Phase III expansion is included at the end of this section. We wfll provide comprehensive monthly progress reports; develop meaningful performance indicators with proposed corrective action to provide early warning and correction of potential problems during each phase ofthe project; provide a monthly P6 cost loaded schedule of values to accurately evaluate work in place and progress, and deliver frequent, consistent, data-driven performance reporting on a regular schedule. On time delivery will be facilitated by monitoring fabrication status on a weekly basis and inspecting equipment during the fabrication process. Supplier contracts will include explicit dates and time frames for submittals, fabrication, delivery, factory-witnessed tests, OScM manuals, and start-up. Our construction staff will work closely with our suppliers to track delivery of all equipment for the project. Suppliers wifl be required to notify CDM Smith immediately if there is a change in the anticipated delivery schedule. This type of early notification will allow the project team to evaluate options and develop the best contingency plan to ensure the project stays on schedule. Permitting CDM Smith has extensive experience securing permits for this type of project. That is why we do not foresee any significant difficuUies in obtaining the permits 20 required for this project. The anticipated construction permits include: • Construction General Permit/Storm Water Pollution Prevention Plan • City of Carlsbad Buflding Permit During start-up and testing CDM Smith wifl conduct water quality measurements and testing, and prepare required studies and a compliance report for submittal to the California State Water Resources Control Board and Regional Water Quality Control Board for final certificate to operate the CWRF expansion. i • J Keep project team and plant staff safe ^••^ Completing projects safely is a basic tenet of CDM Smith's operating phflosophy and forms a founda- tion for all work performed. Translating an integrated safety management system into afl project actions promotes maximum personnel and environmental protection. CDM Smith's safety performance record is significantly better than industry averages and is derived from a total commitment to providing a safe work environment and from involving our employees in identifying and mitigating potential hazards. This com- mitment is evidenced by the numerous safety awards our projects have received. Over the past five years, CDM Smith has received more than 40 safety awards. iUiVi !>niiUi coiiipieiea the 'juianeni ntgion iciiiuiy Treatment Plant project with riearly 200,000 total man-hours ond zero lost-time injuries. The Stockton Delta - Water Supply Project received the 20110ccupational Excellence Achievement Award from the National Safety Coundl for reaching more than 145,000person hours _ worked without a lost-time accident. CDM Smith maintains a comprehensive corporate safety and health program which addresses afl facets of construction. Our program was developed to comply with all federal and state OSHA requirements along with the specific requirements of our client agencies. We tailor the job specific site health and safety plan to the project needs and to keeping afl personnel, plant staff and visitors safe at all times. For this project, we will develop multiple activity hazard analysis plans for critical activities that wifl include such activities as: deep excavations, critical lifts, overhead hoisting of equipment, chemical handling, confined space entry, arc flash, lock-out-tag-out procedures, and fall protection. Smith 4'a Project Approach • PartS Each of CDM Smith's subcontractors are required to comply with CDM Smith's job-specific heaUh and safety plan. CDM Smith reviews subcontractor safety programs and requires they provide their EMR prior to entering into a subcontract agreement. The adherence to these protocols helps ensure a safe project site. Deliver a quality product For each project CDM Smith performs, we have strict quality management procedures we follow. CDM Smith's Quality Management System has a specific quality program for design as well as construction with dedicated quality manuals that state guidelines for critical areas such as design reviews; field inspections; submittal reviews; deficiency identification, correction, and tracking; non-conformance; and subcontractor quality review. In addition to our company-wide quality program, we also work closely with CMWD to develop project-specific Quality Management Plan that wifl detail the policies and procedures for achieving CMWD's quality objectives. We have two dedicated quality managers who wfll be responsible for quahty during design and construction. Bill O'Neil: Quality Manager - Design Carlos Melvin: Quality Manager - Construction These managers wifl provide unrestrained oversight and inspection on design, equipment and materials, construction methods, controls integration, functional startup, testing and training. They will also be respon- sible for documenting and communicating to the entire team, including afl subcontractors, the progress and implementation ofthe QAQC plan through regular meetings and field inspections. Testing and Startup Plan CDM Smith routinely provides startup, testing, and commissioning services for the facflities that we design, as well as the facilities that we build. The criticality and challenges of this project phase are given the specific attention that they require, starting in the early phases of CDM Smith designs. We involve both the engineers who designed the facih- ties and engineers and technical specialists from our O&M division. In close collaboration with CMWD, we will carefully plan each step during this project phase. As the designer-builder, CDM Smith's approach is to develop specific and detailed plans and step-by-step procedures for readiness and acceptance tests of each ^ymlth unit process and individual equipment, plant disinfec- tion, capture and recycle of test water, and switch over of unit processes from testing to production mode. These plans include: daily test logs, staffing needs, safety measures, specific day-by-day flow and chemical dosage rates, equipment rotation, water quality goals, chemical delivery schedules, and start-up and shutdown procedures. During startup test planning, operators provide input for developing daily test scenarios, such as power loss, interruption in communications, and equipment failure. Under controlled conditions we train operators on how to react and how to prevent water quality upsets during emergency conditions. "Problems" are anticipated especially during the initial startup test, and addressed through development of contingency plans, closing com- munication gaps, tuning control loops, refining operating setpoints, and providing focused follow-up training. A key concern during startup and testing is what to do with the test water, which in most cases is not suitable for transmission into the distribution system. CDM Smith recognizes this issue and evaluates and develops measures at the very start of the design process to allow for the appropriate capture and recycling of test water. Another common chaflenge faced in acceptance testing occurs when demand is not high enough to fully load the facflity. This is typically addressed by limiting process trains in service so that duty units and process trains are operated at design maximum conditions. Examples of projects in the past 10 years where CDM Smith has provided training, startup, testing, and/or commissioning services include the Stockton Delta Water Supply Project (30 mgd), the Sand City Brackish Desalination Facility (0.3 mgd), the Vander Lans Water Treatment Facility (3 mgd), and the Groundwater Replenishment System (70 mgd), Cambria Emergency Water Supply project (1 mgd). Acceptance Testing After the 60% design is complete, we will begin prepar- ing a fully comprehensive startup and testing plan that complies with requirements in RFP Section E.7. The plan wfll be submitted to CMWD a minimum of 60 days prior to the first testing taking place. The plan wifl be collectively developed by CDM Smith and the membrane system supplier's design engineers. Input wifl also be provided from CDM Smith's Operation and Maintenance group and the construction project team. 21 43 Parts • Proi' A key element of a successful startup and transition to normal operations is getting input from CMWD's plant operation staff during the development ofthe plan. This will be accomplished through review meetings with CMWD staff. The procedures wifl be managed by the Field QC Manager with support from the, membrane system supplier, the systems integrator, the mechanical. electrical and process design engineers, manufacturer's representatives, and CMWD representatives, including its operations staff and SCADA programmer. CDM Smith wfll have a licensed water operator present during the 30 day acceptance test period. Upon successful completion of the acceptance test CDM Smith will submit a final Acceptance Testing Report to CMWD for their approval. Technical Approach We have developed our technical approach to achieve flexibflity for future expansion and advancements in membrane technology, to fufly comply with all of the RFP requirements, and minimize impacts to on-going operations during construction. Flexible design that supports the ultimate expansion ofthe CWRF as additional recycled water demands or potable reuse opportunities arise Membrane filtration systems have historically relied on highly proprietary system designs, which prevented mterchangeability of membranes and sometimes resulted in non-competitive pricing for membrane replacements and plant expansions. The proprietary designs also cre- ated challenges for facilities struggling with membrane fouling or membrane integrity problems that were often specific to the manufacturer that had been selected. Within the last few years, the industry has begun to move toward a more open platform or semi-universal design approach for membrane filtration systems. These systems are bulk to accommodate membranes from muhiple manufacturers, allowing for competflive bidding of membrane replacements and greater flexibility for addressing unforeseen performance challenges. CDM Smith and H20 Innovation have both been pioneers driving this new direction for the industry. Our first semi-universal design was incorporated side-by-side with a proprietary Pall system in 2011 at the San Diego Demonstration Plant, where the Toray UF membranes, which had been recently introduced to the U.S. market at that tune, demonstrated reliable performance without any fiber breaks and with extended cleaning frequencies, exceedmg 90 days. CDM Smith has subsequently incor- porated semi-universal skid designs into facihties for Santa Barbara, Cambria, and Bloomsburg, Pennsylvania. Two of these facflities are currently operating under Title 22 requirements in the State of California, utilizing Toray membranes and H^O Innovation skids. For the CWRF expansion, the CDM Smith team has proposed a semi-universal skid from H,0 Innovation, which is capable of operating with membranes from Toray, Dow, or Scinor. It can also be adapted to use GE or Pall (Asahi) membranes. This approach will allow the greatest control over the membrane vendor for technical issues and cost negotiation during membrane replace- ment. This approach also allows for system flexibility to adopt different membranes and new technology which might be avaflable in the future. We are proposing to use the Toray HFU-2020N membrane module as the base system offer The Toray module is a mature and stable membrane product used in municipal potable water treatment applications with over 10 years of installed experience. This membrane has also been operating in a tertiary effluent installation in San Diego since 2011 with minimal fouling and no fiber breaks. The proposed skid wifl also be capable of operat- ing with membranes from at least 4 alternatives suppliers as presented in the adjacent table. While not all of these membranes meet the current RFP requirements, they do provide aUernatives for fixture membrane change out. 22 CDIM!,^ smith 44 Project Approach • PartS Membranes Available for Open Platform UF Skid ..-fv't,.;|v/,-;^»--ii,Y;r,;i['iii'rii rittt ...a^Mi Tony HfS-220N 0.01 micron TIPS PVDF In operation at RWQCB approved facilities In Cambria and San Diego. V ' Pall Asahl UNA620A 0.1 micron TIPS PVDF In operation at multiple RWQCB facilities using previous versions of membrane arrays. Currently marketed membrane arrays have not yet been installed. V GE ZW1500-600 0.02 micron NIPS PVDF Not currently In use at RWQCB approved facility. Previous Model ZWl 500-550 In use at facility In San Rafael. Dow SFD-2880 0.02 micron NIPS PVDF Not currently in use at RWQCB approved facility. Alternate Model 1W102-1100 is Installed at facility in Santa Barbara. Scinor SMT600-P80 0.1 micron TIPS PVDF No current installations In the US. The Toray HFU-2020N membrane is made of PVDF with a flow direction from outside to inside and a pore size of 0.01 microns. Unlike many other membranes in the industry, Toray's membranes have been manufactured with a Thermally Induced Phase Separation (TIPS) method of spinning, allowing the membrane to operate at a very high filtration flux with fewer fiber breaks when compared to the Non-Solvent Induced Phase Separation (NIPS). The TIPS technology offered by the Toray modules will result in better overall performance for the plant in terms of chemical resistance for aggressive cleaning and fiber integrity. Membrane System Configuration The following summarizes the CDM Smith membrane system configuration. 1 Description Value Unit 1 Plant Capacity (N) 3 MGD Plant Capacity (N-1) 3 MGD Operating recovery 90% % Total # of trains installed 3 - Instantaneous Flux (N) 23 gfd Instantaneous Flux (N-1) 35 gfd # of modules installed per train 63 - # of module spaces per train 84 - % spare space 33% % Membrane surface area 775 ft' Membrane surface area per train 48,825 ft' Total membrane surface area 146,475 ft' The system has been proposed with over 30% spare space to allow for changes in flux should the influent raw water quality fluctuate. This allows for flexibility and safety within the MMF system without having to extend the membrane racks in the future should the water quality results in Phase I vary greatly from the available feedwater quality data. Smith 23 AS Parts • Project Approach Outdoor protection We have taken into consideration the tj-pical outdoor conditions that the UF membrane system that wifl be exposed to. For this reason, the following additional items have been included in the scope of supply as part of this base oft'er: • Each automatic valve that is skidded is equipped with stainless steel tubing from the solenoid to the actuator • Each digital input/output and analog input/output are equipped with surge protection for safety during any potential lightning strikes Permeate Water Quality The Toray membranes the following water quality objectives. 1 Value I Membrane Integrity Test Pass3-!og Turbidity </ = 0.1 NTU Turbidity </-0.2NTU Turbidity </-0.5 NTU sons <5 In addition to the above, we have proposed a system capable of meeting the guaranteed performance criteria in Table 2.2 of Attachment E.2 in the Carlsbad Phase III Expansion Project No. 5029 RFP Water quality sampling A critical step in confirming that the membranes wfll meet the performance requirements is water quality sam- pling to be performed in Phase I. The RFP included water quality for cBOD, TSS, Turbidity, TDS, and pH. Our sampling will confirm these water quality parameters and we wfll also conduct weekly TOC and ofl and grease samples to provide data needed for optimization of the membrane performance. Our proposal includes a conser- vative flux at this stage that may be able to be increased based on the results of the water quality sampling. We have assumed weekly sampling wUl be done for eight weeks, including cBOD, TOC, and ofl and grease using a composite sampler. It is assumed that pH and turbidity data can be obtained using existing online meters. Our sampling phase wfll also include an assessment of the chemicals used at the Encina Wastewater Poflution Control Facility to determine if any pose a potential risk to the proposed membranes. CMWD can then use this information to determine if there are opportunities to work with the Encina Wastewater Authority to mitigate any risks identified and reduce the fouling potential of the source water. Equipment Layout Our proposed layout maximizes the use of existing facih- ties on the site, many of which were built with sufficient capacity for this expanded plant. The original design included stub-outs for future equipment, oversized piping, and blind flanges at the end of piping manifolds, which our design will utflize in order to minimize the impacts to existing facflities and avoid unnecessary redundancies in the buried piping. The new membrane skids will be located between the existing MF units and the RO equipment, entirely within the footprint of the existing treatment area pad. This location minimizes the unpact to existing equipment, while maintaining forklift access to the new chemical storage totes. Our layout builds on the approach used in the preliminary design, with the following modifications and as shown in the figure provided at the end of this section: 1. A new UF Feed Tank wifl be fed from a new 16-inch feed pump connected to the south end of the exist- ing MFF header. This tank wifl serve to equalize flow between the existing MF units and new UF units and wiU serve for surge control in the event that the existing submerged membrane system is decommis- sioned at any time in the future. 2. Two UF Booster Pumps (1 duty, 1 standby) will be located adjacent to the UF Feed Tank and wifl supply flow to the three new UF trains. 3. Three new UF skids wfll utflize an open platform, semi-universal design to allow future membrane change-out using membranes from alternative suppliers. The plant will include membranes manu- factured by Toray Membrane, which are currently in use in San Diego and Cambria treating wastewater effluent in compliance with Title 22 standards and permit conditions. 4. UF Effluent will be conveyed in a new header to the south end of the existing MFE header. Water wifl then be conveyed to the existing MF Break Tank using existing buried piping. 24 ^^mith Project Approach • PartS 5. Two UF Backpulse Pumps (1 duty, 1 standby) wifl be located south of the UF skids and will draw water from the new MFE header 6. UF backwash waste will be conveyed to the existing cross at the south end of the existing BW waste header. This wifl allow conveyance of the backwash waste into the existing Backwash Equalization Basin without modifications to this Basin. 7. The MFE inlet pipe on the MF Break Tank wifl be re-routed to fill the tank from the existing flange near the bottom of the tank. This will allow the volume in this tank to be used for backwashmg ofthe new UF membranes. 8. A new overflow wifl be added to the MF Break tank at a center line of 71.5 feet. This overflow wifl be connected to the existing MFE Bypass, allowing this existing piping to convey UF Effluent from the break tank to the chlorine contact basins. The existing overflow on the MF Break Tank wfll be reworked to remove the butterfly valves, proving waste overflow capabilities for the tank without the risk of valves being unintentionally closed. Existing Membrane System Replacement We have also evaluated an option that would provide a total 3.8 mgd of tertiary filtration capacity within the new UF skids. This alternative allows for the elimination of the existing submerged UF system with minimal unpacts to the overall design. A fourth UF skid would be provided, and the capacity of each skid would be decreased from 1.0 mgd to 0.95 mgd under normal operating conditions. Other anciflary equipment would remain unchanged. This option can be further explored during Phase 1. Procurement of membranes that reliably and cost effectively produce a water quality customers expect As discussed above, we are providing a semi-universal which will allow the greatest control over the membrane vendor for technical issues and cost negotiation during membrane replacement. The foilowing table provides detailed information for three difTerent membrane options that could be utilized with the H20 Innovation serai-universal skid; Membrane Microfiltration System Supplier H20 Innovation Model Number Toray HFU-2020N with 10 year membrane warranty (2 years full warranty -i- 8 pro-rated warranty) Membrane Material PVDF Estimated Daily *lndudes 3 trains In normal operation, Energy Consumption N condition. Therefore the feed booster (continuous normal pumps (included in calculation) will operation) operate only 20.71 hours per day (taking into account offline time for BWs) 1966kWh/d Estimated Dally Chemical Consumption Sodium 16.1 gallons/day Hypochlorite Caustk N/A (no maintenance cleans performed with caustk. Caustic is used for neutralization only) CItrkAcid 0.62 gallons/day (no maintenance cleans for citric performed, only recovery cleans every 30 days) Maintenance schedules/Equipment Replacement Intervals Membranes Replacement: 10 years With proper maintenance under the guidance and recommendations ofthe manufacturer Process Control/SCADA System SCADA integration is done by CDM Smith's l&C department, which is a fully integrated UL approved panel shop. By utilizing our in-house I&C team means the integrators and panel buflders wifl directly interface with the team during Phase I, where as if this work is subcontracted, this part ofthe integrators are often not involved untfl Phase 2, which could impact schedule and quality of work. The preliminary design calls for Remote Input/Output (RIO) PLC to control the MF Feed Pumps. Our intent is to remove the Remote Input/Output (RIO) PLC and control the New MF Feed Pumps via integral Ethernet Communication Module. Smith 25 4-1 Parts • Project Approach Integration into the existing system that minimizes impact on current plant operations and is consistent with the existing CWRF and the EWPCF During Phase I, CDM Smith wifl develop a detailed Maintenance of Plant Operations (MOPO) plan which identifies key tie-ins and incorporates them into the design and construction of the project. CDM Smith wfll utilize the MOPO plan and work with CMWD to ensure that the plant remains operational and meets the water quality regulatory requirements with minimal interruption during construction. We will work with the operators to ensure we have a thorough understanding of the operators' routine activities and allowable plant shutdown durations. Investigations wifl be conducted in advance to pothole and locate critical utility crossings and tie-ins. The MOPO Plan will include a detailed overall construction schedule that clearly indicate the date(s) and durations for all critical activities affecting plant operation such as, temporary shutdowns required to tie-in new work with existing facilities, or significant construction material/equipment deliveries that may have a temporary impact on plant access to chemical delivery trucks or operator vehicles, emergency repair plan. The MOPO plan is a critical tool used to maintain communication. During construction, MOPO shutdowns and tie-ins wfll be detailed in the 3 week look ahead schedule at each weekly progress meeting and closely coordinated with CMWD and the operators. Some of the key tie-ins include: Tie in of 3 new MF transfer pumps to existing MFF transfer discharge manifold Tie-in the existing MFF influent feed piping to the new MFF influent feed to 3 MGD MF process facility Tie-in MF permeate effluent from new 3 MGD MF process facility to chlorine contact basin influent Tie-in to existing drain systems for MF waste discharge Relocation of existing electrical manhole that is in confiict with expansion of second CCB process train MF discharge to existing MF fiftrate tank for RO influent feed CCB effluent tie-in with existing storage basins and storage basin bypass for discharge operational flexibility CCB influent chamber and effluent chamber knockout walls interconnections to second CCB process train. Electrical cutovers for new process pumps and process systems Integration of new chemical feed system pumps to existing systems InstaUation of new static mixer for system chemical mixing and removal of old static mbcer. Systems integration for SCADA plant communica- tions and controL 26 Smith HSkMi illowinq fulttrr nte^brane ilun^c-oul ntth nwnbranct torn [Kit^ drftofnl v?niit^ New jiiKW ei^ifrneni will W lixaml Dftmoi th« nistim] Ml uni?i jnd Itie BO fquipiwnt utitim Hit tiUtm) matmcirt pall, nuintsirang Mitlucnj Is PncesiKpliif Ur?fftimivyillbr[myc)i«)lfiIhp«Blilig!*fliP*k \\ UnkifiingtheeiiitingMmiMifer. ^ Out dnign iKibmFnilinq tiip^ dnd eqiKcm^, UrCompKuon UF Feed link ''^^ The nen UF Eanknitf diawtem the emting 16-iruh MFF hndn, piundtnf OonequdiulKin and sunje pnlKMa. Caihbad Water Retyding Facility Proposed Phaie 111 Proceu Area Layout 4^ E .amuser VUtvr RacycHng FKtMy Phm a ^ymith Forecast Word ^^^B Critical Work ^ d Mies tone Carlsbad Water Recycling Facility Phase 111 Proposal Schedule Ccityof Carlsbad Dala Dale = u]- Page t or 1 th 30 Part 6 Draft Design-Build Contract Marl(up sz Part 6 Draft Design-Build Contract Markup CDM Smith is in general agreement with the Draft Design-Build Agreement for the Carlsbad Water Recycling Facflity Phase III Expansion project with the exception of the following items listed below and included more spe- cifically in Appendix D. We respectfully request CMWD consider these recommendations and we look forward to working with the City to find mutual agreement on these terms. Design-Build Contract: 10.3.13 - Because "Work" is defined to include professional engineering services, CDM Smith cannot warrant that the Work wifl be free from defects since this increases the standard of care normaUy applicable to professional services. General Conditions: 3.4.1-Same as 10.3.13 3.9.1 - CDM Smith cannot assume responsibflity for unforeseen site conditions or toxic materials that are not described in the Contract Documents. 3.10.6 - CDM Smith should not be required to indemnify the CMWD from any claims arising from the Hazardous Materials found on the Project site even if those materials are shown on the Contract Documents. We should only assume liabflity in the case when our negligent acts or omissions exacerbate the existmg conditions. 3.15-Same as 10.3.13 3.29.1 - Revised to Construction Work. Design Work is covered in 3.29.11. 3.29.2 - The Contractor does not control the process of awarding the contract and therefore should not be asked to assume any liability or indemnity as it relates to chaflenges to the award of the contract. 3.29.6 - 'Ihe Contractor assumes liability and responsibility only if an occurrence happens as a result of the Contractor's performance. 3.29.11 - Revised to Design Work. 4.2.3.1 - Even in cases where change order work does not include the use of subcontractors a 7 day time limit to submit a complete and accurate change order request is not always practical. 5.2.4 - Further clarifies the definition of Subcontractor 11.1.3.2 - CDM Smith prefers not to disclose our deductibles/SIR amounts as this is confidential business information. 11.2.1.4 - The professional liabflUy policy would answer for losses resuhing from a design error, j 1.3.6 - Further clarifies CMWD will pay the Design Builder for Bond premiums. 11.2.1.4 - Builder's Risk wifl not cover the cost of redesign fees. This wifl be covered by General Liabflity Policy 15.12 - Request Consideration of Mutual Waiver of Consequential Damages be added. 15.13 - Request Consideration of Limitation of Liability be added. ^^mth 29 53 if,;;; .m- Appendix A echnical Proposal Forms 5H 55" Citv of Carlsbad Public Works - Contract Administration February 26. 2015 ADDENDUIM NO. 1 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY, PHASE III EXPANSION Piease include this addendum in the Request for Proposal pacl^age you have for the above project. This page—receipt aclcnowledged—must be included in your proposal when it is submitted. IN L. DAVIS Sr. Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 ^ 57 Citv of Carlsbad Public Works - Contract Administration March 10. 2015 ADDENDUM NO. 2 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCUNG FACILITY. PHASE III EXPANSION PROJECT NO. 5209 Please include this addendum in the Request for Proposals you have for the above project. AMMlHMHMII^pQPy^^-lp [^Qf E* ********* The due and opening date has been changed to April 15.2015. The time for the submission deadline remains "before 2:00 PM". This papr leceipt acknowledged—must be included in your pioposal when it is submitted. :EVIN L. DAVIS Sr. Contract Administrator Attachments I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 - FAX (760) 602-8562 @ 56 Citv of Carlsbad Public Works - Contract Administration March 20,2015 ADDENDUM NO. 3 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY, PHASE III EXPANSION PROJECT NO. 5209 Please include this addendum in the Request for Proposals you have for the above project. This page—receipt acknowledged—must be included in your proposal when it is submitted. .. DAVIS Sr. Contract Administrator Attachments ACKNOWLEDGE RECEIPT ()r ADDENDUM NO. 3 Bidder's Signature 1635 Faraday Avenue • Carlsbad. CA 92008-7314 - (760) 602-4677 • FAX (760) 602-8562 @ Citv of Carlsbad Public Works - Contract Administration April 2. 2015 ADDENDUM NO. 4 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY, PHASE Ili EXPANSION PROJECT NO. 5209 Please include this addendum in the Request for Proposal you have for the above project. This page—receipt acknowledged—must be included in your proposal when it is submitted. Sr. Contract Administrator Attachments I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Bidder's Signature 1635 Faraday Avenue • Carlsbad. CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 @ (^3 Citv of Carlsbad Public Works - Contract Administration April 6. 2015 ADDENDUM NO. 5 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACIUTY, PHASE III EXPANSION PROJECT NO. 5209 Please include this addendum in the Request for Proposal you have for the above project. This page—receipt acknowledged—must be included in your proposal when it is submitted. L. DAVIS Sr. Contract Administrator Attachments ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 5 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 - (760) 602-4677 • FAX (760) 602-8562 @ OSS' Citv of Carlsbad Public Works - Contract Administration April 6. 2015 ADDENDUM NO. 6 RE: DESIGN BUILD SERVICES FOR THE CARLSBAD WATER RECYCUNG FACILITY, PHASE III EXPANSION PROJECT NO. 5209 Please include this addendum in the Request for Proposal you have for the above project. This page—receipt acknowledged—must be included in your proposal when it is submitted. .; DAVI^ Sr. Contract Administrator Attachments ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 6 Bklder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 - FAX (760) 602-8562 @ Technical Proposal Form Ce8 Carlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 TECHNICAL PROPOSAL FORM FOR DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY (CWRF) PHASE HI EXPANSION PROJECT NO. 5209 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA FEBRUARY 2015 PROPOSAL TO: Contract Administration Kevin Davis City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 TECHNICAL PROPOSAL FROM: CDM Constructors Inc. (Name of Firm Submitting Proposal) 1925 Palomar Oaks Way, Suite 300 (Address) Carlsbad, California 92008 (City, State, Zip Code) T: (760)438-7755 F:(760) 438-7411 (Telephone & Fax Number) April 15. 2015 (Date Submitted) Note: All portions of this Technical Proposal Form must be completed and must include the signed Declaration on the last page of this form before the Technical Proposal is submitted. Failure to execute the Declaration will result in the Proposal being rejected as nonresponsive. Page 1 2/17/15 -7o 71 ICarlsbad pfoK^os Munrcipal Water Distrtcl rrUJGU /VO. O^cy Section 1 Proposer's Representations Proposer, represents lhat a) it has the appropriate active C'ontractor's license required by the State of California; b) it has carefull)' read and examined the Proposal Documents for the proposed Work on this Project; c) it has examined the site of the proposed Work and all informaiion available to Proposers; d) it has become familiar with ail the conditions related to the proposed Work, including the availability of labor, materials, and equipment; e) that all infonnation and submittals provided as part ofthe process are accurate and correcl. Proposer hereby offers lo iumish all labor, materials, equipment, tools, transportation, and services necessary to complete the proposed Work on this Project in accordance with the Request for Proposal mid Contract Documents for the sums quoted. Proposer further agrees that il will not withdraw its Proposal within 60 days after the Proposal Deadline, and that, if il is selected as the apparent "best value" responsive and responsible Proposer, lhat it will, within 20 days after rcceipl of notice of selection, sign and deliver io CMWD the Agreement and fumish to CMWD all items required by the Request for Proposal and Contract Documents. If awarded the Conlract, Proposer agrees to complete the proposed Work within the Contract Time specified in the Agreement in conformance with all provisions of the Request for Proposal and Contract Documents. Section 2 Addenda Proposer acknowledges that tl is Proposer's responsibility to ascertain whether any Addenda have been issued and If so, lo obtain copies of such Addenda from the CMWD's facilit>' at the appropriate address stated on Page 1 of this Technical Proposal Fomi. Proposer therefore agrees lo be bound by all Addenda that have been issued for this Proposal. Section 3 Declaration W-^ ti AMT.- (Primed name), hereby declare that! am the •^i^ I EX3L\fl<L&. ^^Hg^ t?&iA-r (Title) of CDM Contractors Inc. (Name of Proposer) submitting this Technical Proposal Form; thai I am duly aulhorized to execute this 'Fcchnical Proposal Form on behalf of Proposer: and that all information set forth in this Technical Proposal Form and all attachments hereto arc. to the best of my knowledge, true, accurate, and complete as of its subnii-ssion date. I hereby attest to and will abide to the Proposer's Representations described in the Technical Proposal. I declare, under penally of perjury, thatthe foregoing is true and correct and lhat this declaration was subscribed at: Carlsbad (Location and city), County o/-^ _ ,.Sqn , or Page 2 2/17/15 •72. 73 Minimum Qualifications and Relevant Experience Questionnaire 1^ -75" Carlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 Minimum Qualifications and Relevant Experience Questionaire 1. THE CARLSBAD WATER RECLAMATION FACILITY. PHASE [II (3.0 MGD PRODUCT WATER). 2. BIDDER WILL FURNISH THE FOLLOWING INFORMATION AT A MINIMUM. FAILURE TO PROVIDE THE SPECIFIED INFORMATION SHALL RENDER THE BID NON-RESPONSIVE. 3. CONTACT INFORMATION: Firm Name: CDM Constructors Inc. (as it appears on license) Contact Person: Michael Bantz, P.E. Check Oie; K Corporation • Joint Venture Address: 1925 Palomar Oaks Way, Suite 300, Carlsbad, CA 92008 Phone:(909) 579-3482 Fax (760) 438-7411 4. ESSENTIAL QUALIFICATION REQUIREMENTS: 4.1. Bidder has liability insurance as set forth in the Contract Documents. 4.2. Bidder or a Related Company has within the pi^t 10 years been assessed Liquidated Damages (LD's) on a public project of a government agency? If so. give project description, date of assessment, amount of assessment, name of entity, and contact information for each incident of LD assessment. • Yes Kl No 4.3. Has the Bidder's insurance or a Related Company's insurance, within the past 10 years, been cancelled during a project? if so. give the dates of all cancellations and the contact information for all insurance companies that cancelled coverage. Insurance includes all insurance coverages of any kind, including commercial, general liability, fire and casualty, and workers' compensalion. • Yes H No Page 3 2/17/15 7cp Xarlsbad CWRFPhase /// ElPansion Municipal Water Disinci rrOjeCt /VO. OZUiJ 4.4. Has Bidder's surely or a Related Company's surety within the past 10 years paid any claims arising from any project performed by Bidder or a Related Company? if so. provide the contact information and stale the date and amount of each claim paid. • Yes IS No 4.5. Has Bidder or a Related Company within the past 10 years been investigated by the Division of Labor Standards Enforcement (DLSE)? If so. provide the date(s) of investigations and the contact infbrmation for the DLSE. • Yes K No 4.6. Has Bidder or a Related Company been found to have violated any prevailing wage requirement on any public agency projecl by any govemment agency or by any court of law? If so, describe each violation and provide the contact information for the agency and the jurisdiction, date and case number for each court case. • Yes H No 5. ORGANIZATION. HISTORY. PERFORMANCE AND COMPLIANCE WITH LAWS; 5.1. Current Organization and Structure of the Business: For Firms That Are Corporations: la. Date incorporated: 12/29/1970 I b. Under the laws of what state: Massachusetts lc. Provide all the foliowing information for each person who is either (a) an officer ofthe corporation Page 4 2/17/15 Carlsbad Municipal Water Dislfict CWRF Phase III Expansion Project No. 5209 (president, vice president, secretary, treasurer), or (b) the owner of at least ten percent of the corporation's stock. Name Position Years with Company % Ownership Tax Identification Number Stephen J. Hickox Chief Executive Officer 46 Confidential 04-2473650 Tim Wall President & COO 24 Confidential 04-2473650 Paul Shea Construction Unit Pres dent 13 Confidential 04-2473650 Thierry Desmaris Executive VP, Finance 5 Confidential 04-2473650 Id. identily that any above listed person has been associated with another equipment supplier finn (as owner, general partner, limited partner or officer) at any time during the last 10 years. NOTE: For this question, "owner" and "partner" refer to ownership often percent or more ofthe business, or 10 percent or more of its' stock, if the business is a corporation. Name Name of Other Equipment Supplying Firm Dates with Other Equipment Supplying Firm N/A For Firms That Intend to Make a Bid as part of a Joint Venture: la. Date of commencement of joint venture: N/A lb. Provide all the following information for each finn that is a member ofthe joint venture that expects to bid on one or more projects: Name % Ownership Page 5 2/17/15 Carlsbad CWRF Phase III Expansion Municipal Water District Project No. 5209 5.2. History of The Business and Organization Perfonnance 5.2.1 .Has there been any change in ownership of the firm at any fime during the last three years? NOTE: A corporation whose shares are publicly traded is not required to answer this question. • Yes IS No 5.2.2.1s the firm a subsidiary, parent, and holding company or affiliate of another construction firm or equipment supplier? NOTE: include information about other firms if one firm owns 50 percent or more of another, or if an ow ner, partner, or officer of your firm holds a similar position in another firm. • Yes IS No 5.2.3.Are any corporate officers. pai1nei-s or owners connected to any other equipment supplier? NOTE: Include information about other firms if an ow ner, partner or officer of your firm holds a similar position in another firm. • Yes Kl No 5.2.4,Stale your firm's gross revenues for each oflhe last three years: 2013: $1.21 billion 2013: $ 1.23 billion 2014: $ 1.26 billion 2/17/15 Page 6 1^ Xarl sbad ^WRF Phase ;;/ Expansion Municipal Water District PrOjeCt NO. 5209 5.2.5. How any years has your organization been in business in Califomia as an equipment supplier under your present business name? N/A Years 5.2.6. is your firm currendy the debtor in a bankruptcy case? • Yes Kl No If "yes", please attach a copy ofthe bankruptc\' petition, showing the case number, and the date on which the petition was filed. 5.2.7. Was your firm in bankruptcy at any time during the last 10 years? (This question refers only to a bankruptcy action that was not described in answer to question 5.2.6. above). • Yes K No If "yes", please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed and a copy ofthe Bankruptcy Court's discharge order, or of any other document lhat ended the case, if no discharge order was issued. Disputes 5.2.8. At any lime in the last 10 years has your firm been assessed and paid liquidated damages atter completion of a project under a construcfion contract with either a public or private owner? • Yes Kl No If "yes", explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other informaiion necessary to fully explain the assessment of liquidated damages. 5.2.9.ln the last 10 years has your finn, or any firm with which any of your company's owners, officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any govemment agency or public works project for any reason? NOTE: "Associated" refers to another equipment supplier in which an owner, partner or officer of your firm held a similar position, and which is listed in response to question 5.1c or S.ld on this form. • Yes Si No If "yes", explain on a separate signed page. State whether the firm involved was the finn that is submitting this Proposal or another firm. Identify by name of the company, the name ofthe person within your fimi who was associated with that company, the year of the event, the owner of the project, the projecl and the basis for the action. Page 7 2/17/15 _ g>0 -Carlsbad ''^''^^Xlelr'ios Municipal Watei District rrOjeCI /VO. OZCy 5.2.10. In the last 10 years has your firm been denied an award of a public works contract based on finding by a public agency that your company was not a responsible bidder? • Yes IS No If "yes", explain on a separate signed page. Identify the year of the event, the owner, ofthe project and the basis for the finding by the public agency. NOTE: The foliowing two questions refer only to disputes between your firm and the owner of a project. You need not include information about disputes between your firm and another subcontractor. You need not include information about "pass-through" disputes in which the actual dispute is between a sub-contractor and a project owner. 5.2.11. In the past 10 years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? IS Yes'*'n No If ">'es", on a separate signed sheet of paper identity the claim(s) by providing the project name, date ofthe claim, name of the claimant, a brief description ofthe nature of the claim, the court in which the case was filed and a brief description ofthe status ofthe claim (pending or. if resolved, a brief description ofthe resolution). 5.2.12. In the past 10 years has your firm made any claim against a project owner concerning work on a project or payment tor a contract filed that claim in court or arbitration? • Yes IS No If "yes", on a separate signed sheet of paper identify the claim(s) by providing the project name, date of the claim, name ofthe entity (or enfities) against whom the case was filed and a brief description of the nature ofthe claim (pending or, if resolved, a brief description of the resolution). 5.2.13. At any time during the past 10 years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? O Yes IS No If "yes", explain on a separate signed page the amount of each claim, the name and telephone number ofthe claimant, date ofthe claim, the grounds for the claim, the present status oflhe claim, the date of resolufion of such claim if resolved, the nature oflhe resolution and the amount, if any, at which the claim was resolved. •Because of its size and volume of business, over the years CDM Constructors Inc. has occasionally been named in litigalion. Most of these claims involved either a subcontractor or supplier claiming extra costs. On occasion CDM Constructors Inc. is also required to respond to a claim by a client or files a claim for payment from a client. These claims are very infrequent. There are no past or currently outstanding legal proceedings, judgments or contingent liabilities lhal could adversely affect [he financial position or ability of CDM Constructors Inc. to perform its contractual coramilmenls. CD.M (Constructors Inc. wiU provide a five-year litigation history upon the execution of a confidentiality agreement by the party requesting the information. Page 8 2/17/15 8» Parkh'lH CWRF Phase III Expansion ;:;£;^,pa;wa,^^^^^ project NO. 5209 5.2.14. In the past 10 years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for your firm? • Yes KI No If "yes", explain on a separate signed sheet of paper. Name the insurance carrier, the form of insurance and the year of the refusal. Criminal Matter and Related Civil Suits 5.2.15. Has your firm or any of its owners. otTicers or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? O Yes Kl No If "yes", explain on a separate signed page, including identifying who was involved, the name ofthe public agency, the date of the investigafion and the grounds for the finding. 5.2.16. Has your firm or any of its owners, officers or partners ever been convicted of a crime involving any federal, state or local law related to construction? • Yes IS No Ifyes", explain on a separate signed page, including idenfifying who was involved, tlie name ofthe public agency, the date of the conviction and the grounds for the conviction. 5.2.17. Has your firm or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? • Yes KI No If "yes", identily on a separate signed page, the person or persons convicted, the court (the county if a state court, the district or locafion of the federal court), the year and the criminal conduct. Bonding - Performance and Payment In order to be Proposer shali, together with the Proposal, submit as Appendix A ofthe Price Proposal, proof of ability to bond the equipment and services with 100% Supply Contract (Performance) and 100% payment bond. It has been estimated that the cost of the equipment and services for this project will be in range between $8 Million and $12 Million. 5.2.18. Bonding capacit>': Provide documentafion from your surety identifying the following: Name of bondin" company/surety* Willis of MassachtiseUs, inc. and Fidelity & Deposit Company of Maryland/Zurich American Irisurance^Uompany Name of surety agent, address and telephone number: Danielle M. Bechard, Three Copley Place. Suite 300. Boston. MA 02116. T: (617) 437-6900 Page 9 2/17/15 . B2- ^X^arlsbad CWRF Phase III Expansion Muoiopai Water District Project No. 5209 5.2.19. If your firm was required to pay a premium of more than one per cent for a performance and payment bond on any project(s) on which your firm worked at any lime during the last three years, state the percentage that your firm was required to pay. You may provide an explanation for a percentage rate higher than one per cent, if you wish to do so. N/A 5.2.20. List all other sureties (name and full address) that have written bonds for your finn during the last 10 years, including the dates during which each wrote the bonds: (2(107 • Current) (2005-2006) Profecls Undtr $15,000,000 ust F&D Projects Over S15,000,000 use both V&D and Zutidi Amttican Western Surrfy Company Fidclilyand Deposit Company of Maryland (NAIC Zurich Ameiicdn Insurance Company (NAIC «165S5) POBoi 5077 "^^i^' . •- • B0SINES5-ADDReSS;-TO(l-AinfTicaTrtaTig:-TrTwrrt-|»thSWUM Mk,SD Ii7117-5077 BUSINESS ADDRESS: WOO Ammtan Lane. pi„„r Schaumburg, IL60I% -10.56. PHONE: (800) .182-2150. (SOO -Wl-605.1 Towet 1,19lh rioor. Schaumburg, IL 60196 -1056. fHONE: (xmtstinfr. 5.2.21. During the last 10 years, has your firm ever been denied bond coverage by a surety company, or has there ever been a period of fime when your firm had no surety bond in place during a public construction project when one was required? • Yes Ki No If yes, indicate the date when your firm was denied coverage and the name of the company or companies which denied coverage; and the period during which you had no surety bond in place. Warranties & Guarantees 5.2.22. List all public work projects (name and full address) that have warranties or guarantees from your firm during the last 10 years, including the dates during which each waiTanty or guarantee was initiated: N/A 5.2.23. During the last 10 years, has your firm ever denied coverage of a warranty or guarantee for a public construction project when one was required? • Yes E No Page 10 2/17/15 S3 c. j:ar 1 sbad C WRF PhaseJIExpansio^^^ Municipal Water DiStdCl l-TOJGCI l\0. OtlUii If yes, indicate the period during which warranty or guarantee was in place. 5.2.24. Provide written details of your standard warrantees or guarantees. 5.2.25. Does your firm offer extended warrantees or guarantees? Kl Yes • No If yes. provide details oflhe lengths and terms. Contingent on client request 5.3. Compliance Wilh Occupational Safety and Health Laws and With Other Labor Legislation 5.3.1 .Has CAL OSHA cited and assessed penalties against your firm for any "serious," ''willful" or "repeal" violations of its safety or health regulations in the past 10 years? NOTE: If you have fded an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it. • Yes K) No If "yes." attached a separate signed page describing the citations, including infonnation about the dates ofthe citations, the nature of the violation, the project on which the citation(s) was or were issued, the amount of penalty paid, if any. If the citation was appealed to the Occupational Safely and Health Appeals Board and a decision has been issued, state the case number and the date ofthe decision. 5.3.2.Has the federal Occupational Safety and Health Administration cited and assessed penalties against your firm in the past iO years? NOTE: If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your appeal, or if there is a court appeal pending, you need not include information about the citation. • Yes SS No If "yes," attach a separate signed page describing each citation. Page 11 2/17/15 Xar 1 sbad CWRF Phase /;; Expansion Municipal Watei Distfict frOjeCt NO. OZUy 5.3.3. Has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either your firm or the owner of a project on which your firm was the equipment supplier, in the past 10 years? NOTE: If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your appeal, or if there is a court appeal pending, you need not include information about the citation. • Yes Kl No Ifyes," attach a separate signed page describing each citation. 5.3.4. H0W often do you require documented safety meetings to be held for construction employees and field supervisors during the course of a projecl? Documented safety meetings are held every morning 5.3.5. List your firm's Experience Modification Rate (EMR) (California workers' compensation insurance) for each of the past three premium years: NOTE: An Experience Modificafion Rate is issued to your firm annually by your workers' compensation insurance carrier. Current year: 0.51 Previous year: Q.60 Year prior to previous year: 0.61 ff your EMR for any of these three years is or was 1.00 or higher you may. if you wish, attach a letter of explanation. 5.3.6. Within the last 10 years has there ever been a period when your firm had employees but was without workers' compensation insurance or state-approved self-insurance? O Yes K No If "yes." please explain the reason for the absence of workers" compensalion insurance on a separate signed page. If "No." please provide a statement by your current workers' compensation insurance carrier that verifies periods of workers' compensation insurance coverage for the last 10 years. (If your firm has been in the consiruction business for less than 10 years, provide a statement by your workers' compensalion insurance carrier verifying continuous workers' compensation insurance coverage for the period lhat your finn has been in the construction business.) Prevailing Wage and Apprenticeship Compliance Record 5.3.7. Has there been more than one occasion during the last 10 years in which your firm was required to pay either back wages or penalties for your own firm's failure lo comply wilh the state's prevailing wage laws? Page 12 2/17/15 •66 ^X^arl sbad CWRF phase m Expansion Municipal Water District PfOject No. 5209 NOTE: This question refers only to your own firm's violation of prevailing wage laws, not to violations of the prevailing wage laws by a sub-contractor(s). • Yes !S No Ifyes," attach a separate signed page or pages, describing the nature of each violation, identifying the name ofthe project, the date of its comptetion, the public agency for which it was constructed; the number of employees w ho were initially underpaid and the amount of back wages and penalties that you were required lo pay. 5.3.8. During the last 10 years, has there been more than one occasion in which your own firm has been penalized or required to pay back wages for faiiure to comply with the federal Davis-Bacon prevailing wage requirements? • Yes S No If "yes." attach a separate signed page or pages describing the nature of the violation, identifying the name ofthe project, the date of its complefion. the public agency for which it was constructed; the number of employees who were initially underpaid, the amount of back wages you were required to pay along with the amount of any penalty paid. 5.3.9. Provide the name, address and telephone number of the apprenticeship program (approved by the Califbrnia Apprenticeship Council) from whom you intend to request the dispatch of apprentices to your company for use on this project. Carpenters Training Fund fiJearica! Training Trust Lalwrers Apprenlictship & Training School Galo Toapanta, Coordinator i675 Viewridge Avenue LIBS West Sierra Madre Avenue RSgTHiralaiiiTJrive San DicgK CA 921^^ Aiusd, CA 91702 San Diego. CA 92126 T: (858) 569-661? T; (626) 610-1700 T: (MSa) 621-26^7 FitSSH) 569-0624 F f,^^-mnA F: (858) 621-2669 5.3.10. If your firm operates its own State-approved apprenticeship program: a) Identify the craft or crafts in which your firm provided apprenticeship training in the past year. b) State the year in which each such apprenticeship program was approved, and attach evidence of the most recent California Apprenficeship Council approval(s) of your apprenticeship program(s). c) Stale the number of individuals who were employed by your firm as apprentices at any time during the past three years in each apprenticeship and the number of persons who, during the past three years, completed apprenficeships in each craft while employed by your firm. N/A 2/17/15 Page 13 Xarlsbad CWRF Phase /;; Exi^ansion Municipai Walei Distocl PrO/eCf NO. OZUW 5.3.11. At any time during the last 10 years, has your firm been found to violate any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? D Yes Kl No If "yes," provide the date(s) of such findings, and attach copies ofthe Department's final decision(s). 6. EXPERIENCE 6.1. General Experience of Membrane Supplier 6.1.1. How many years has your organization supplied membrane filtration equipment to municipal water, wastewater and groundwater treatment facilities. 25 Years 6.1.2. Location of manufacturing/assembling facility. 8900 109th AveN, Suite 1000, Champlin, Minnesota 55316 6.1.3. Location of servicing facility, if different from manufacturing/assembling facility. 5 facilities in USA - Vista, CA; Minneapolis, MN; Iowa; Ohio; Tampa, FL 6.2. Project Experience Bidder will be summarily disqualified if the answer is "no" to either question 6.2.1 or 6.2.2. 6.2.1 .Bidder has supplied membrane fihration system to municipal water, wastewater or groundwater treatment facilities in California with a product water capacity of at least 5 mgd. Ki Yes • No 6.2.2. Bidders proposed membrane filtration system equipment has previously been permitted by the Regional Water Quality Board (RWQCB) to meets Title 22 of the Califomia Administrative Code for "unrestricted non-potable reuse". (Note: the Califomia Department of Public Health (CDPH) requires all reclaimed water projects to meet Thle 22 of the California Code of Regulations.). !S Yes • No 6.2.3. The Seller is lo provide a detailed list and quantity the number of all installations ofthe proposed equipment in North America and world-wide in a membrane filtration application for wastewater. Names and references must be current and verifiable. Page 14 2/17/15 87 CP';irl cKaH CWRF Phase III Expansion „ ^ MJ . ,M Project No. 5209 Municipal Water Disincl 6.2.4.The seller is to provide the location, size, project cost and start-up dates of any representative installafions for the proposed equipment in a membrane filtration application of secondai-y treated wastewater using convenfional activated sludge process, non-nitrifying. Include information regarding feed water quality, membrane plant performance, effluent criteria, and whether the facility is achieving its intended goals. Provide names and contact information, including telephone numbers ofthe client and genera! contractor. These representative installafions will be contacted and information received evaluated. 7. QUALIFICATION FORM SUBMISSION 7.1. The Bid is submitted by: A Cornoration Coi-poralion Name: CDM Constructors Inc. (SEAL) Slate of Incorporation: Ma.ssachusetts . Type (General Business, Professional, Service, Limiied Liability): Professional By:__V—^ (.SignaHii'i'- altaeh evidence afauivorii) to .sign) Name (fvpcd or primed}: Michael D. Dzubnar Title: Senior Vi^President (CORPORATE SEAi-) Attest: (Si^iafuiJb (>f(\>m/jraU' Secrelaiy) Business address: 1925 Palomar Oaks May, Suite 300 Carlsbad, CA 92008 Phone No.: (7 60) 438-7755 facsimile: (7 60) ^ 38-7411 A Joint Venture Joint Venture Name: ™_ (SEAL) By: — — — (Signature of joint venlure partner - atlach evidence ofauihority lo sign) Name (lypcd or primed): . Tille: Business address: Phone No.: Facsimile: F.ND OF QUALIFICATION FORM Page 15 2/17/15 88 CERTIFICATE I, Paul R. Shea, President of CDM Constructors Inc., a Massachusetts corporation, hereby authorize Michael D. Dzubnar SVP, to execute and deliver the proposal and contract for Carlsbad Municipal Water District for Title: Design-Build Services for the Carlsbad Water Recycling Facility (CWRF) Phase III Expansion Project No. 5209. on behalf of CDM Constructors Inc. Paul R. Shea President CDM Constructors Inc. IN WITNESS WHEREOF, I have executed this certificate and have caused the corporate seal of CDM Constructors Inc. to be hereunder affixed on this 14th day of April 2015. Lynell L. Scott Assistant Clerk/Secretary of the Corporation WATER + ENVIRONMENT + TRANSPORTATION + ENERGY + FACILITIES P^rlchiirl CWRF Phase III Expansion :jtc:^J^^.D.^ Project No. 5209 Relevant Membrane Filtration Experience Form (Submit one per project) Proiect No. U^^542 Project Name and Locafion: North City Water Reclamation Facility. San Diego. CA USA Year Completed: 2011 ^ . . r-T^ • /o 1- J ixT ^ H20 Innovation UF Train, using Toray HFU-2020N membranes Description of Equipment (Supplier/Model No): 0.67 MGD Capacity of Equipment: Secondary Effluent Type/Service of Feedwater: Membrane Plant Performance: Plant has been in operation since 2011 under regular maintenance wash and CIP cleaning frequencies. Design flux was 30 gfd instantaneous and has since been increased to 50 gfd with the addition of BAF + ozonation as pre-treatment Does Membrane Facility achieve its intended goals? Yes No If no, provide explanafion, Name, Address, and Telephone Number of Buyer: City of San Diego- Bill Pearce 4949 Eastgate Mall, San Diego, CA 92121 Phone: (619) 533-5374 Page 16 2/17/15 ^Carlsbad CIVRF Phase III Expansion Municipal Water Distfict PrOjeCt NO. 5209 Relevant Membrane Filtration Experience Form (Submit one per project) Project No._^2^^ Project Name and Location' Basin Municipal Water District Mobile UF Container- Carson, CA USA Year Completed: ^^^^ Descriprion of Equipment (Supplier/Model No): Innovation UF Containerized Plant. Toray HFU-2020N membranes Capacity of Equipment: J£j^GD^ Type/Service of Feedwater: Secondary Effluent, non-nitrified Membrane Plant Performance: P's"* 's operated at 27 gfd instantaneous as pre-treatment to RO to supplement existing UF system. Does Membrane Facility achieve its intended goals? Yes No If no, provide explanation, Name, Address, and Telephone Nimiber of Buyer: West Basin Municipal Water District Eric Owens- Operations Project Manager 17140 S, Avalon Blvd. Ste. 210 Carson, CA 90746-1296 (310)660-6223 Page 16 2/17/15 ^3 hpo ^unnovatlan' MF/UF Reference Feed Water Quality [nformation ,/vation USA www. h2oin novation .com info@h2oinnovation.com o o a. re CO > o •o re o o u o c re w o (/) o re u o v> c o o (A O) £ = o n O - 5)5 re X c o a a < q, o < Bus « o 5 ^ SJ ID CO r lllf o ^ ili S o « o -J C 4) Is a cs cr O u ^ Ol a a a a a ra 2 aaa 05 Ol a a a a a a a a CT CT CT CT CJl fD o < !^ i> -i tj E 45 tn t — EU 3 O LL m Q T 55 I I Q5" re o o 'o* Q. 0) w £• o > o T3 re o o I o O) 0) c re w o re u k_ O a w o I" o re to •3J» s s 0- >. ^ "e -5 5 CO in 1^; -2 01 U 0) m * ^ CO S lm o ^ ill 5 c 5 o S=3 Q X '•B c o a < (0 c- c n K « 0} U <u .a ei 1^ V 1 1 So o o a o o 5? 5 (A I "5 3 o I (3 a: I o ffi *•> o o "o Im. Q. O > o re o o o • o S) u c re 0) (A k. re o u o w c o o <A Ol 'C O as IS O o ^ ^ £ K « o CO 1 •ft * ^1 lm ili S 5 S o o — > re a Si 51 5=3 re X c o a a < ? t ^ N 3r£ J3 — S § ? ? a a a a aaa CO If a a a Q a a a a a Q a § ? t s t t 15 5^ 0\ I I t ^1 o re o o o" 0. o re (0 o > o IS o o o o S) o 5 c re tf) o (/) a re o CJ ^ 3 O tf> •ft Q Otf) c • 0 o (A Ol 1 ^ o <» = O O - X c <l> a a < s + ^ 5 5 (J 3 it: a ^^^^ .£ S £ S to O cn 5 IS 2 to r lllf o o a^ .U (A •fa « 5=> ail a E £ CD C 01 N c Q c o N c loro 0) ^ Xl o o o c o o r: £ o 6. Q. a> luen ene) luen ene) 2 o g o g O o e o g 2-cf-o o .c o 4 o E u o S E E o o •9 -9 5 CQ E8 0 n 0 .. N 0) •S N O C IT) O 5 0) ., N Q) 4i 0) £> N O o 11 .2 .D -o .c - -o o " Q 4 si o o T- '•a •a T- 0) 01 "O EH T ' 9 " c i_(N Q ro (D ^ CD LJ o c: . - O i> •lo ^ fr T- " Z W ? UJ o § U O TJ is ^ ^ aaa aaa 0\ I re u o Q. 0) re tf) o •a re o o o o o Q c re tf) o +^ (ft re o u 3 o tf) ^ o tf) c • o o (ft O) ss IS o ffi 3 o o I tf) o > tf) > at o ^ « iil2 a s s %^ CO S > SJ 2 V O 0) m 1> ^ a 5'<t lllf fo:^ £ O <T c £^ E^^ ~ a I X '"B c 4) a a < a§ a o c a E C Q O O _- 0) a c o a o o M o >• 0) "6. .2 E S ? l! ? E n O OJ •>.•>- E E S t t § ? 0) c c (0 ro x: x: O g o o J: o o CD ra CN OJ Ol T-' T- 1^ g ^ (0 0) ffi o o o* Q. re tf) £• o > o 2 o o o o o lee a. >*^' ^ a 2 aa a s Q 4> £ ^ to o CO ra s t 2 a g S 0. c re tf) o I 4> U L_ 3 O W . o CO o o (ft Ol ™ (1> as o w ffi «5 |£tl |£^£ O -51 ilg 1 E^ a "5 So* o -I a « 5 => ffi 5«1 X c 4) a a < aS so s a o a E w o o o S o 0) ^1 OJ ^- 2 c o fE .y i- ? 1 ^ § ^ § ^ ^ > >i UJ H! 1 5 CO g ^ o _ ^ •p o ° s 6 o ^ J: Z U OJ S5 I Q p ii 00 ffi u o 'o* Q. ffi tf) > o •a re o "o o o c re tf) (ft 0) re ^ o o k_ 3 o tf) o tf) c • o o (ft O) §« >.'o = o a - 5)5 ™ t« o X 'B c o a a < s + aa s ^ to o to Ul ra O) 2 0) O 0) ai^ |5^£ ilg 52 a "5 a c ^ So* S=^ 9 « .c ll 5' 5" 5? ON t>5 ta UJ o a •c I ra e ra lOi 0) re u <u o' Q. O tf) U > iE o T3 re o o o o 0) c re tf) (ft o re o u >- 3 o tf) *- Q O tf) C ' o o (ft 09 P ffi .ti ffi X B c tu a a < •S" >< •) S 2 I £ y ,<u st 2 I- uj o a « to o ^ CO a n'-o, 9> O fl) |'£^£ O -5? •Es a fl) o <1> C -t; C o III c .S ra «3 4 O 4 3C aaa aaa 51 ^ g ? 1' ? Q I- c c •c u o c ra 6" Ov f^ 1 o 0:2- 0} *•> ffi o « o* Q. (D re tf) o > O •o re o o o o Ul o c re tf) (ft 0) I 0) u 3 o tf> ^ o w o o (A D) as is = 5* re O - P? re tf) X c o a Q. < 1 S 2 2 + ^ ill? ti ^ s, Q 0) ^ ? r« th ^ c ra a to S to i^£ 0) U fl} « * ^ |£tl ill E £^ >< a fl) a c S S o « a v> 5=> aaa aaa S' ? ? CD 6 _ 2 o J3 to ii 11 S E^ S o (o O ? ? § ^ E £ o 2 E o o x: E o 6s I lo3 0) ffi 5 o o S Q. re tf) £• o p > o •o ffi w _o o o o p c ffi tf) (A V ffi p u lb. 3 O tf) ^ »#- Q o w o o (ft 8) £S a . •s<» >< Dl 2 2 fl} « a. >,r' Ipl ti £ ^ to o to S ra P i!f 0) U 0) a l£t| ill So* * -E S=3 re 5£ X B c p a a < I I I 51 O Q Q VJ a a a o o o ^ p ^ ? ? ? ? ^ Ov I I I OH p re o p o* Q. P re tf) u o > o TJ ffi o "5 o o Ui ^ *io I S 2 > + ^ 9 I ^1 a ti ^ to o to 5:2 0) U 0} a-l^ c ffi tf) o (ft re p e 3 O tf) ® tf) c • o o (ft Ol ™ p £5 IS 1^ X c o a a < a o o (0 _ .* 0} ili E E^ •5 a fl) a c ^ So* o -t ft; * 5 5 =3 ? 1 ? 5 ? ^ ^ 1 0) i O ^ IS "c Q I O a 3 OJ c D o o CO u a> ai 1-CL a Q Q \05 p ffi o p o* 1- Q. P re tf) O o > E o •o ffi o o u o u> p b c ffi tf) o (A O +j ffi 5 p o 3 O tf) <5tf) c ' o o (A O) P 3tf) a - re 5S2j Q X c p a a < *» 0. 5 Dl 1 S 2 O 2 + ^ ^ re 4) D) s a 2 o 4) * .£ s Q 4) £ ^ to o CO 5 ^ SJ ra p 2 a * a-g-^ l.£t| ili E E^ 15 "5 * a c So* o -J a V) * a s=> Os a -£ 1 O !ii.S •S3 c * o 2 OS 0\ I 1 UJ s o o o a. ffi tf) £• o > o re o o o o Ul p c re tf) (ft o i p u 3 o w , O tf) c ' o o (A D) 'C P as ^° o - 1^ Q X 'B c p a a < -J o 4) ft H D) I S 2 ^a £ o « o a K UJ , c * ra * « £ o a 3 ti^\ ra a ^ to o ^ CO III i£t^ f 5^£ ili is 5 « a c i» So* o -J a w fl) 5 S=3 UJ O Q. Q aaa aaa I-I- p ffi u Q. a> •M ffi •4^ tf) o p > (2 o 2 o o o o Ui V c re tf) (ft w re p u k. 3 o tf) C o .2 'C re a E o ^ O Q >tf) — o P c ffi "* ltf) o gg E Q) .Dl O E o o •c oJ 2 •.oaa o • to ( O o o: Oi o 2? o a ^ a: u OJ CO Q. ro E CT 2 0) crt ft) O Ol o 11 S' CQ £ o o • a (O ] ^ • 5 O) o \o8 p ffi u p "o Q. o ffi tf) O > i2 o •o 2 o o o o Cl p b c re tf) o (A P ffi tD U ^ 3 O tf) c o (A ra CL E o O Q >.tf) O Ui o Z Q p re 5: 5 c 6" C P a a < W ui cn I D i_ w fl) o c fl) Ol ro > •CT fl) <0 0) J3 >-« £ J3 T) fl) > o ro c fl) fl) ^ fl) > ro (A me vel; o fl) (0 •~ c (0 g CD t) ro oS fl) (fl £ O OS ^ pu ro o U) E o o (0 CN Q c (fl fl) £ > Q) O C i_ g om ro o M 03 nol CI C 0) "<o E ro ro o <D -2 J3 j_ w fl) 0) fl) > fl) <n <n O fl) o fl) ro a, o lii a, o 1— O o ichi vel. OJ CO c T— o Lfor ificati o "S z II 11 o •a >1 ro ro in o w o 01 OJ o CO £ 0) o ro "ro TJ 03 O X Q am] "o c w 111 E ro t E ro ro a. Mir: De fl) ro 'c ro _i and Call > ro o < EP 0) >. ro o _i c £ Q) o < g o ro o o Q) fl> o on Pr fes, ntal a Q) E £ ro (fl g f two ,_ c f two UJ o lfl (fl Q) "(fl ro aly W •D ro S (fl c X u 0) £ E E o o M— c •o fl) fl) in ro fl) tn •CT ro > dar fl) c CT (D ro W fl) > <fl ro fl) fl) o ro vi •a ro > ro ro CT ro an ro tf) CT o cn fl) 1 b CT) c c ro (O c ki_ o •o >. NoCi Prima S). II II ^ o a: S o % 5 fl) E o ai ro >J w .p O ro 05 i2 n) <u ra CT JO I West Basin Municipal Water District Portable MF/UF System 1. The OEM shall revise and submit 3 printe(j copies and an electronic PDF flies for the equipment provided. E. Certificates, Warranties and Guarantees 1. The equipment (including parts and materials) shall be warrantied for a period of one year after completed commissioning and accepted operation by the District. PART 2 - PRODUCTS 2.01 SYSTEM DESIGN AND PERFORMANCE REQUIRMENTS A. Service Conditions 1, Ambient Environment. The equipment fumished under this section will be installed at the locations shown on the Drawings. The site conditions are expected to be as follows: a. Ambient Air Temperatures: 35°F to 95 °F b. Relative Humidity: 10 to 95 percent, non-condensing c. Altitude: 25 feet above Mean Sea Level d. Environment: Temperate, approximately 90 percent sunny days, annual rainfall approximately 10 inches. 2. Raw water will be a clarified, non-nitrified secondary effluent, possibly blended with tertiary effluent of a better quality. The secondary effluent shall be considered as having the following characteristics: Turbidity TSS EC TOC NH3 (NTU) (mg/L) (ps/cm) (mg/L) (mg/L) Minimum 3 3 1447 11 25 Maximum 26 45 2386 25 54 Average 12 13 1730 14 41 95% Percentile Z5 21 1845 15 50 3. Services Available a. 480 V, 3 phase, 60 Hz power b. Gravity drainage for all backwash waste and neutralized cleaning solutions c. RO Permeate for CIP use. 4. Feed Flow and Pressure Portable MF/UF System 11300-6 SPI Project^ 2681 ©Separation Processes, Inc. August 2013 WO ULTRAFILTRATION PROJECTS REFERENCE LIST (anti-chronological order) Market: Municipal Project type: UF Application: Drinking water T^e of water: Treating settled water from surface water supply Capacity/Treated flow rate: 30 MGD Number of trains: 7 trains Membrane supplier: BASF/inge dizzer XL 09 MB70 Project completion date: Fall 2016 Customer/Plant Operator- Contact Information: Design Build with HDR - San Jose Water Company {Under Construction) Cfifton Water District Ultrafmration WTP, CO, USA Market: Municipal Project type: UF Applfcation: Drinking water Type of water: Treating settled water from surface water supply Capacity/Treated flow rate: 12 MGD Number of trains: 8 trains (N-2 design) Membrane supplier; Toray HFU-2020N Project completion date: March 2015 (In Commissioning Phase) Customer/Plant Operator- Contact information: Picture: Design Build with PCL - Carollo Engineers Kenneth Slota Gene Higgins PCL Construction, Inc. Clifton Water District (480) 829-6333 (505) 228-6555 Picture taken before shipment to site. PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION 1\ Workers' Camp - Conklin, Alberta. Canada Market: Oil & Gas Project type: Drinking Water Green sand/Ultra-Filtration /RO installed inside self-framed building. Waste Water Membrane Bioreactor installed inside self-framed building. Application: Drinking Water & Waste Water Treatment at Workers' Camp Type of water: Well Water Municipal Sewage Capacity/Treated flow rate: Drinking Water: 2 x 105 gpm Wastewater: 2x132 gpm Number of trains: 2trainsof UF/RO 2 trains of MBR Membrane supplier: Dow for UF Hydranautics for MBR Project completion date: Winter 2015 Customer/Plant Operator - Contact information: Confidential Oil & Gas Customer US Army Facilif Market: Municipal Project type: UF/RO Application: Brine Concentration Type of water: Softened EDR Concentrate Capacity/Treated flow rate: 360 gpm Number of trains: 5 X 25% trains Membrane supplier: Hydranautics HYDRAcap-MAX 80 Project completion date: Winter 2014 Customer/Plant Operator- Contact information: Design Build with CDM - CH2MHilt Operations Nate Lazewski- CDM Constructors, Inc. (562) 254-0009 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION haO tf., ..^,t l.li I Market: Municipal Project type: UF Application: Wastewater treatment Type of water: Secondary clarifier effluent from municipal plant Capacity/Treated flow rate: 1 MGD Number of trains: 1 xiaa% Membrane supplier: Toray HFU-2a20N Project completion date: Summer 2014 Customer/Plant Operator- Contact information: Eric Owens- West Basin Municipal Water District (310) 660-6223 EricO0>westbasin.org City of Delaware, OH, USA Market: Municipal Project type: UF/RO Application: Drinking water Type of water: Both ground water and surface water sources Capacity/Treated flow rate: 6.75 MGD Number of trains: 3 trains Membrane supplier: Toray HFU-2020 Project completion date: December 2014 Customer/Plant Operator- Contact information: Water Manager: Tom Hinson-(740) 203-1900 Director of Public Utilities: Brad Stanton - (740) 203-1900 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION haO ^on Raspbe! Market: Municipal Project type: UF/UV Application: Drinking Water Type of water: Surface Water Capacity/Treated flow rate: 1.3 MGD Number of trains: 3 X 50% trains Membrane supplier: Dow 2880 Project completion date: Spring 2014 Customer/Plant Operator- Contact information: Carol Zimmerman Robson Raspberry Irrigation District Administrator Phone: (250) 304-5277 rrid(5)telus.net Paul Gerin Center Market: Municipal Project type: UF Application: Process Water Type of water: River Water Capacity/Treated ftow rate: 50 gpm Number of trains: 1 train Membrane supplier: Toray HFU-2020 Project completion date: Winter 2013 Customer/Plant Operator - Contact information: Charles Dugas (514) 477- 7028 Workers' Camp - Conklin, Alberta, Canada Market: Oil & Gas Project type: Greensand + UF installed inside self-framed building Waste Water Bio- Wheei, MBR inside self-framed building Application: Worker's Camp Drinking water & Wastewater Type of water: Well Water Municipal sewage Capacity/Treated flow rate: Drinking Water: 2 x74 gpm Wastewater: 55 gpm Number of trains: 2 trains for UF 1 train for MBR Membrane supplier: Dow for UF Toray for MBR Project completion date: Spring 2013 Customer/Plant Operator - Contact Information: Confidential Oil & Gas Customer PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION haO Market: Oil & Gas Project type: MMF, UF, NF, UV. All installed inside framed building. Application: Worker's Camp Drinking water & Wastewater Type of water: Athabasca River Capacity/Treated flow rate: 0.8 MGD Number of trains: 2 X 100% Membrane supplier: Toray for UF / Dow for NF Project completion date: Summer 2013 Customer/Plant Operator- Contact information: Confidential Oil & Gas Customer Market: Municipal Project type: UF/NF Application: Drinking water Type of water: Surface water Capacity/Treated flow rate: 0.43 MGD Number of trains: 1 train Membrane supplier: Toray HFS-2020 Project completion date: Summer 2012 Customer/Plant Operator- Contact Information: Cree Nation of Wemindji PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION Market: Municipal Project type: UF/RO Application: Drinking Water Type of water: Missouri River Water Capacity/Treated flow rate: 3 MGD Number of trains: 5 (4 duty, 1 standby) Membrane supplier: Dow 2880 Project completion date: 2012 Customer/Plant Operator- Contact information: Picture Larry Kassian Director of South Central Water District Phone: (701) 258-8710 larrykscwd @ hektel.com Market: Ethanol Project type: UF Application: RO Feed Water, Plant Process Water Type of water: Domestic Waste Water Plant Effluent Capacity/Treated flow rate: 0.43 MGD Number of trains: 3 Membrane supplier: Dow and Motimo Project completion date: 2011 Customer/Plant Operator- Contact information: Jeff Butler Maintenance manager POET Biorefining Corning Phone: (641) 322-6428 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION ) | hpO ''^frto. Ir>w^ Market: Ethanol Project type: UF Application: RO Feed Water, Plant Process Water Type of water: Lake Water Capacity/Treated flow rate: 0.57 MGD Number of trains: 4 Membrane supplier: Motimo Project completion date: 2011 Jeff Butler Customer/Plant Operator- Contact information: Maintenance manager POET Biorefining Corning Phone: (641) 322-6428 ;!amation Plant fPR -~ San Diego, Californsa Market: Municipal Project type: UF Application: Wastewater - Tertiary Type of water: Secondary Effluent Capacity/Treated flow rate: 0.67 MGD Number of trains: Membrane supplier: Toray HFU-2020 Project completion date: 2011 Customer/Plant Operator- Contact information: City of San Diego (Owner) Bill Pearce Phone: (619) 533-5374 Trussell Technologies (Operations) Aleks Pisarenko Phone: (858) 458-1030 x124 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION c:rT?'!!fr f-.forfh Bsirte'ch -• Bi'^.marck, North nnk"'-^! Market: Municipal Project type: UF/RO Application: Drinking Water Type of water: Groundwater under the direct influence of surface water Capacity/Treated flow rate: 2.2 MGD Number of trains: Membrane supplier: Toray-HFS 2020 Project completion date: 2011 Customer/Plant Operator- Contact information: Larry Kassian Director of South Central Water District Phone: (701) 258-8710 larrykscwdiS) bektel.com Great River Energy, Stanton Power Plant - Stanton, North Dakota Market: Power Generation Project type: UF Application: Process Type of water: River Water Capacity/Treated flow rate: 190 GPM Number of trains: 1 Membrane supplier: Dow Project completion date: 2010 Customer/Plant Operator- Contact information: Robert C. Johnson, P.E., Plant Engineer Great River Energy - Stanton Station Phone: (701) 745-3387 *Supply of UF modules and consulting on design. Mechanical system provided by others. PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION 6 rMT Cr_''~t- lAf'Tj'n!- C-'i'^n - T.^'T''!"'^. F^'^'"'^^"' Market: Power Generation - Container Project type: UF Application: Process Type of water: Sea Water Capacity/Treated flow rate: 100 GPM Number of trains: 1 Membrane supplier: Dow 2880 Project completion date: 2010 Customer/Plant Operator- Contact information: Picture Kelly Grieves Project Engineer Phone: (813) 855-8636, ext. 1131 Elinor Lake Resorl, Lac La Biche - Alberta, Canad Market: Municipal Project type: UF/UV Application: Drinking Water Type of water: Surface Water Capacity/Treated flow rate: 60 GPM Number of trains: 2 x 100% Membrane supplier: Toray Project completion date: 2010 Customer/Plant Operator - Contact information: Elinor Lake Resort PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION Market: Power Generation Project type: UF Application: Process Type of water: River Water Capacity/Treated flow rate: 1.15 MGD Number of trains: 3 Membrane supplier: Dow Project completion date: 2009 Customer/Plant Operator- Contact information: Andy Fishman NIPSCO (Norther Indiana Public Service Company) Phone: (219) 242-5627 Market: Ethanol Project type: UF Application: Process - RO Feed Water Type of water: River Water Capacity/Treated flow rate: 0.57 MGD Number of trains: 2 Membrane supplier: Motimo Project completion date: 2008 Customer/Plant Operator- Contact Information: Matt McConnell Maintenance Manager POET Biorefining - Leipsic Phone: (419)943-9219, ext. 19219 POET Biorefining Portland - Portland, Indiana Market: Ethanol Project type: UF Application: Process - RO Feed Water Type of water: Quarry Water Capacity/Treated flow rate: 0.57 MGD Number of trains: 2 Membrane supplier: Motimo Project completion date: 2008 Customer/Plant Operator- Contact information: Matt Clam me POET Biorefining - Portland Phone: (605) 965-2200 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION Sempra Energy, Eneroi;- Market: Industrial (Reg as ification Project) Project type: UF / SWRO Application: Service and Drinking Water Type of water: Sea Water Capacity/Treated flow rate: 132 GPM Number of trains: 3 identical trains of 50% capacity Membrane supplier: Hydranautics Project completion date: 2008 Customer/Plant Operator- Contact information: Mike Kittinger Black and Veatch Phone: (913) 458-4475 Market: Ethanol Project type: UF Application: Process - RO Feed Water Type of water; Cooling Pond Water Capacity/Treated flow rate: 200 GPM Number of trains: 1 Membrane supplier: Motimo Project completion date: 2007 Customer/Plant Operator- Contact [nformation: Brian Torgerson Chief Mechanical Operator POET Biorefining Big Stone Phone: (605) 862-7902 Market: Ethanol Project type: UF Application: Process ~ RO Feed Water Type of water: River Water Capacity/Treated flow rate: 1.15 MGD Number of trains: 8 Membrane supplier: 6 trains Motimo & 2 trains Dow Project comptetion date: 2007 Customer/Plant Operator- Contact information: Lance Ischen Maintenance Manager POET Biorefining Mitchell Phone; (605) 995-4219, exL 16219 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION 12.1 Market: Municipal Project type: UF Application: Drinking Water Type of water: Surface water Capacity/Treated flow rate: 48 GPM Number of trains: 2 x 100% Membrane supplier: Hydranautics Project completion date: 2007 Customer/Plant Operator - Contact information: CH2M Hill Alberta Infrastructure & Provincial Park of Alberta StatoH Hydro - Alberta, Canada Market: Oil & Gas Project type: UF/RO Application: Process Water Type of water: Well Water Capacity/Treated flow rate: 88 GPM Number of trains: 1 Membrane supplier: Hydranautics Project completion date: 2006 Customer/Plant Operator - Contact information: Worley Parsons Market: Municipal Project type: UF Application: Drinking water Type of water: Alluvial well Capacity/Treated flow rate: 100 GPM Number of trains: 1 train Membrane supplier: Hydranautics Project completion date: 2004 Customer/Plant Operator- Contact information: Peter Garneau Lahaina / Garneau Construction Phone: (831)626-8750 PRIVATE AND CONFIDENTIAL - NOT TO BE DISTRIBUTED WITHOUT WRITTEN CONSENT FROM H20 INNOVATION I ^.^^ 2.3 -Carlsbad P.OSO "stos Municipal Watet Distnct rrOJGCl IMO. D^Vif Relevant Project Experience Form (Submit one per project) Project No. ^ Project Name and Location: San Diego Advanced Water Purification Facility, San Diego. CA Bid Amount: $6.6 million Final Contract Amount: $6.6 million Year Completed: 2014 Contract Completion Time: 3 years Description of Feedwater Quality: Tertiary effluent prior to chlorination Effluent Criteria: Potable Reuse (met all drinking water and groundwater replenishment standards) Lanaya Voelz, Deputy Project Manager and Design Manager Greg Wetterau, Demonstration Facility Process Lead Names and Titles of Seller's Key Personnel: Melvin Ridley, I&C Design James Joy, SCADA Integration Mike Markenzie, CliiefRslimalor Rob Mancino, Superintendent Name, Address, and Telephone Number of Buyer: City of San Diego Public Utilities Department 525 B Street, Suite 700, San Diego, California 92101 (619) 533-6681 Name, Address, and Telephone Number of Engineer: Amy Dorman, P.E. 525 B StreeL Suite 700, San Diego, California 92101 (619) 533-5248 Page 17 2/17/15 2H ^^arlsbad ^^^^ ^^^^^ ^l^^'^^iZ Municipal Water District PrOjeCt NO. 5209 Relevant Project Experience Form (Submit one per project) Project No. 2 Project Name and Location: Emergency Water Supply Project, Cambria, CA Bid Amount: Approx. $7 million Final Contract Amount: Approx. $7 million Year Completed: Est. 2016 Contract Comptetion Time: Approx. 2 years Description of Feedwater Quality: Non-nitrified secondary effluent Effluent Criteria: Groundwater replenishment for indirect potable reuse Names and Titles of Seller's Key Personnel: Dan Hutton, Operations/Start-up; Chris Avina. Electrical/I&C Randall Redmann, Project Manager; Greg Wetterau, Process Lead; Hoon Hyung, Design Task Lead Name, Address, and Telephone Number of Buyer: Cambria Community Services District 1316 Tamson St, Cambria. CA 93428 (805) 927-6223 Name, Address, and Telephone Number of Engineer: Bob Gresen 1316 Tamson St, Suite 201, Cambria CA 93428 (805) 927-6223 Page 17 2/17/15 2f Xarlsbad ^'^''^''XSo'Iog Municipal Watei Distticl l^rojeci IMO. OZUy Relevant Project Experience Form (Submit one per project) Project No. 3 Project Name and Location: Leo I. Vander Lans Water Treatment Facility Expansion. Long Beach, CA Bid Amount: Approx. $2 milhon Final Contract Amount: Approx. S2 million Year Completed: 2014 Contract Completion Time: 3 years Description of Feedwater Quality: Denitrified tertiary effluent Effluent Criteria: Groundwater replenishment for indirect potable reuse Names and Titles of Seller's Key Personnel: Greg Wetterau, Process Lead Leonel Almazar, Lead Structual Engineer Name, Address, and Telephone Number of Buyer: Water Replenishment District of Southern California 4040 Paramount Blvd, Lakewood, CA 90712 (562) 424-6688 Name, Address, and Telephone Number of Engineer: Paul Fu 4040 Paramount Blvd, Lakewood, CA 90712 (562) 424-6688 Page 17 2/17/15 in Voluntary Alternatives Form as o o UJ Li. 1 o B O (/I o a o u a, "« '5 tj i2 G 5 < > ffl o a. -o o z -J CO o > UJ a. \30 Non-Voluntary Design Changes/Substitutions Form 3X c CO i O c o a. <A (A o a. o u CM "« 'e JS u H Ul Q H a. o. E z z > CQ •a c s a. T3 OJ T3 -o C3 UJ CO -J x: C "o > O CL, <N 33 Copies of Licenses 13M Copies of Licenses _ Slafe Of Calrtomla tXa:LCONTRACTORS STATE LICENSE BOARD <-Z3Si,r" LICENSE ,„—671513 ....CORP C D M CONSTRUCTORS INC A HAZ r.in R ^..wDv 05/31/2015 www.cslb.ca.gcpv CDM Smilh i> o ngistt-red contractor with the State of California Licenses for Professional Engineers Licensee Name Lanaya Voelz License Type Civil Engineer License Number 69883 Expiration Date September 30,2016 Licensee Name Greg Wetterau License Type Civil Engineer License Number 77978 Expiration Date June 30,2015 Licensee Name William O'Neil License Type Civil Engineer License Number 49505 Expiration Date September 30,2016 Licensee Name Michael Dzubnar License Type Civil Engineer License Number 52228 Expiration Date December 31,2016 Licensee Name Hoon Hyung License Type Chemical Engineer License Number 6678 Expiration Date Mar<h31,2017 Licensee Name Melvin Ridley License Type Control System Engineer License Number 7458 Expiration Date March 31,2017 ^rmth 35 Appendix B Resumes 3^ Michael D. Bantz, P.E., DBIA Project Manager Mr. Bantz has 20 years of experience using design-build delivery to successfully complete infrastructure projects. His project experience includes various water and wastewater treatment facilities, as well as environmental remediation projects, across the United States and in Guam. He has extensive experience working on projects from design development through facility startup, lending his icnowledge of engineering and construction to increase the performance of projects against cost and schedule. His project management experience includes labor and subcontract adminstration, material and process equipment procurement, cost analysis and control, CPM scheduling, estimating, and quality assurance/quality control. Project Manager, Northern Regional Tertiary Treatment Plant (NRTTP) at Camp Pendleton, Oceanside, Califomia. Mn Bantz is currently serving as CDM Smith's project manager for a $107 million Northern Regional Tertiary Treatment Plant at Camp Pendleton Marine Corps Base. This joint venture design-build project consists of a new wastewater treatment plant (WWTP) to replace two aging plants. The new plant will produce effluent to meet State of California Title 22 standards for Disinfected Tertiary Recycled Water. Major plant elements include an influent pump station, grit removal, sequencing batch reactors, advanced wastewater treatment including flow equalization, filter influent pumping and rapid sand filtration, disinfection with chlorine, solids handling, odor control, chemical storage and handling, effluent pump station and comprehensive SCADA system. Project Manager, Apra Harbor Wastewater Treatment Plant Upgrades and Repairs, Navy Base Guam. Mr. Bantz was the project manager for a $37 million WWTP upgrade and repair project for the Naval Base in Guam. This design-build project consisted of a new influent pump station and headworks screening facility, new offsite sewage pump station, new mixed liquor pump station, new sodium hypochlorite disinfection facility, new effluent pump station, and new plant water pump station. The project had unique challenges constructing deep pump station structures despite high groundwater tables and a close proximity to the ocean. Assistant Project Manager, Southern Regional Tertiary Treatment Plant Design- Build Operate and Maintain Project, Camp Pendleton, Oceanside, California. Mr. Bantz served as assistant project manager for the $40 million tertiary treatment plant. The tertiary treatment plant comprised influent pump stations, grit removal facilities, sequencing batch reactors, equalization basins, disk filters, disinfection basins, aerobic digesters, and odor control biofilters. Project Manager, Sewage Treatment Plant 11 Upgrades Design-Build Project - Camp Pendleton, Oceanside, California. Mr. Bantz was the project manager on a $5.8 million improvement project to an existing sewage treatment plant. The project involves designing and building a new influent pump station, headworks and grit removal facility. The project also consists of rehabilitating sludge drying beds and repairing a damaged digester lid. Education B.S. - Civii Engineering, University of Colorado, Boulder, 1994 Registration Professional Engineer: Colorado, 2002 Training OSHA 40-hour Health and Safety Training for Hazardous Materials and Emergency Response OSHA 8-hour Supervisor Training AGC Construction Project Management AGC EM-385 Army Corps of Engineers 16 Hour Safety Training USACE ConstrucUon Quality Control for Contractors CDM Smi Ih Lanaya D. Voelz, P.E. Design Manager Ms. Voelz has been supporting Southern California agencies in addressing short term and long-term water supply and reliability challenges for more than 15 years through project planning, design and implementation phases. She has acted as the project manager for a variety of projects with a focus on water reuse and desalination. In management roles, she has demonstrated the ability to successfully complete tasks on time and on budget. Ms. Voelz has been the design manager for multiple design-build projects. Design Manager (Design-Build-Operate Delivery), Indirect Potable Reuse Project (IPR), San Diego, California. Ms, Voelz led a team of designers, planners, and operators forthe City of San Diego's Advanced Water Treatment System demonstration facility. The 1.1 MGD plant that CDM Smith delivered using a design-build-operate approach uses the following technologies: microfiltration, ultrafiltration, RO ti'eatment, and UV treatment. The system was designed to demonstrate the process for a large scale plant expansion to 20 MGD to reduce the City's reliance on imported water Process Engineer (Design-Build Delivery), Brackish Water Desalination Facility, City of Sand City, California. Ms. Voelz was the process engineer for the Brackish Water Desalination design/build project for the City of Sand City. She coordinated the design of the membrane and post treatment facilities and developed the Engineering Report for the California Department of Public Works. Ms. Voelz continued to support this design/build project through close coordination with the construction project manager and gaining CDPH approval. Deputy Project Manager (Design-Build Delivery), Harvard Avenue Trunk Sewer (HATS) Diversion Project, Irvine, California. Ms. Voelz was the design project manager for the HATS Diversion Project for the Irvine Ranch Water District. The project was a design/build effort that included diversion and junction structures, pump station and associated pipelines. Ms. Voelz acted as the liaison between the construction and design teams, facilitating a cohesive team approach to this design build effort. She also provided support on specific design components including the pump station and ancillary facilities and the civil design. Ms. Voelz worked with the City of Irvine on permitting requirements and other regulatory agencies that have jurisdiction in the project area. Task Leader/Process Engineer, Advanced Water Treatment Post Treatment Facilities, Orange County, California. Ms. Voelz led the design forthe Groundwater Replenishment system post treatment facilities for the 70-mgd MF/RO/UV advanced water treatment facility for the Orange County Water District. She was responsible for the design ofthe multi-faceted post treatment process to provide a saturated lime solution to stabilize 70 mgd of reverse osmosis permeate. Ms. Voelz successfully coordinated this multi- discipline, multi-consultant effort. She continued involvement through construction and start-up of these facilities. Working closely with CDM Smith's operations group, she assisted in optimizing the performance ofthe lime system to meet water quality goals. Education B.S. - Environmental Engineering, California Polytechnic State University, San Luis Obispo, 1999 Registration Professional Engineer: California, 2006 Smith i3@ Randall H. Redmann, DBIA Construction Manager Mr. Redmann has 25 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 and design-bid-build. For the last 20 years he has worked almost exclusively on design-build water infrastructure projects. His background includes field supervision, cost estimating, procurement, construction management, contract administration, jobsite safety, and construction quality control. Project Manager, Emergency Water Supply Project, Cambria, California. Mr. Redmann worked as the project manager on the recently completed Hmergency Water Supply project located in Cambria, CA. This Progressive Design-Build project was valued at approximately $9 million. The project had a very aggressive schedule, allowing only six months to complete construction and start-up of the facility, in order to meet this schedule a major emphasis was put on early procurement of the major process equipment. The treatment plant is designed to treat approximately 1 MGD of secondary effluent and brackish ground water extracted irom a ground well located at the District's secondary effluent percolation ponds. The project was extremely fast paced and ever changing due to regulatory requirements, environmental mitigation efforts and a fixed project budget. Mr. Redmann played an instrumental role in working with the District, CDM Smith Designers, equipment manufacturers and subcontractors to come up with cost effective and time efficient solutions that ultimately led to the successful completion of the project on time and under the District's budget. Construction Project Manager, P-113 Advanced Water Treatment Facility, Design- Build Project, Camp Pendleton, Oceanside, California. Mr. Redmann served as the construction project manager on a $46 million Advanced Water Treatment Facility located at Camp Pendleton Marine Corps Base. As the construction manager, Mr. Redmann began collaborating with the Owner during the early design and procurement stages of the project. This was done through various meetings with the Owner and Vendor Representatives that solely focused on items such as. Process Controi, SCADA/HMl, Operation and Maintenance and Plant Safety. These meetings were found to be beneficial because many ofthe Owner's preferences were incorporated into the final design documents for the project. Project Manager, Southem Region Tertiary Treatment Plant Design-Build Project, Camp Pendleton, Oceanside, California. Mr. Redmann served as the project manager in charge of the electrical and instrumentation & control portion of this $44 million Tertiary Treatment Plant. This was a very large and complex WWTP, comprised of multiple processes that had to be integrated into one complete and operational treatment system. Mr. Redmann's interdisciplinary knowledge of mechanical, electrical and instrumentation components of the project, enabled him to take the lead in procuring, coordinating and integrating these more technical aspects ofthe project. This effort started early in the design phase where he would identify issues and bring them to the design teams attention. During construction his efforts continued as unforeseen changes occurred that required quick and accurate decision making to keep the project on schedule and on budget. Education Coursework at Cypress College Coursework at Mt San Antonio College Training DBIA Designation Training Electrical Apprenticeship Program, Los Angeles IBEW/NECA Training Trust 1988-1992 Primavera Planning and Scheduling USACE Construction Quality Control for Contractors OSHA 10-hour Construction Safety Training First Aid &CPR Certified California State Certified journeyman Electrician *1th Michael D. Dzubnar, P.E., DBIA Principal-in-Charge Mr. Dzubnar possesses 28 years of expertise is in turn-key water treatment and hazardous waste remediation. He has worked at sites ranging from vacant land, former gas station facilities, and industrial parks, to plating shops with complex process lines, air force base hangars, dry and liquid bulk storage facilities, former burn pits, and federal Superfund sites. As a result, his agency experience is vast, and includes the California Regional Water Quality Control Board (RWQB], U.S. Environmental Protection Agency [EPA], Department of Toxic Substances Control, U.S. Army Corps of Engineers (USACE), as well as many local agencies. Mr. Dzubnar's responsibilities include providing project management, design, technical and quality assurance/quality control (QA/QC) reviews, regulatory negotiations, cost and schedule control, and construction services for complex projects. Program Construction Manager, Design-Build-Operate-Maintain Services for Military Base, Camp Pendleton, California. Mr. Dzubnar is the program construction manager forthe $250 million, 10-year, design-build-operate-maintain (DBOM) indefinite delivery/indefinite quantity contract for the U.S. Navy, Marine Corps Base Camp Pendleton (Base) in Oceanside, California. He supervises all ofthe site construction managers, engineers and superintendents. Under this contract, tasks are scoped, priced, and negotiated separately. These tasks can include any type of water or wastewater assignment at Camp Pendleton's prerogative. Mr. Dzubnar's team is currentiy working on 11 projects on the base, with a total of $121 million in construction costs. Project Manager, West Basin Water Recycling Plant Expansion, El Segundo, California. Mr. Dzubnar is managing the $16 million design-build expansion of a membrane water recycling facility in El Segundo, California, for the West Basin Municipal Water District He is coordinating all design and construction work, managing subcontractors, ensuring site health and safety, tracking budgets and schedules, and serving as the primary liaison with the owner and the owner's representative. The new facility will produce 3,000 gallons-per-minute (gpm) of water: 1,200 gpm of low-pressure boiler feed water and 1,800 gpm of high-pressure boiler feed water (two-pass). Treatment processes include cartridge filters, chemical addition, microfiltration, and ion exchange reverse osmosis (RO), and decarbonator towers. Construction Manager, Groundwater Treatment Systems, Redlands, California. Mr. Dzubnar served as construction manager for the $8.5 million fast-track design-build of three groundwater treatment facilities. The plants use liquid-phase granular activated carbon (GAC) to treat approximately 10,000 gpm per plant. The treatment plants consist of GAC system vessels to remove volatile organic compounds (VOCs) by adsorption, GAC backwash supply and discharge systems, power and control systems, influent, effluent and plant piping, and provisions for installation of future booster station and chemical storage and feed systems. Mr. Dzubnar managed staff and subcontractors, hosted weekly client progress meetings, prepared monthly status reports, developed and updated project schedules, and performed project administration and accounting. CDM , Smith Education B.S. - Civii Engineering, California Polytechnic State University, San Luis Obispo, 1985 Registration Professional Engineer: Califomia, 1993 Designated Design-Build Professional, Design-Build Institute of America Licensed Constructor - CA (671513 A) Training OSHA 40-hour Health & Safety Training (29 CFR 1910.120) OSHA 10-hour Supervisor Training OSHA 8-hour Refresher Course Corps of Engineers Training Course in Construction Quality Management Honors/Awards Construction Quality Performance Award, U.S. Army Corps of Engineers, Sacramento District, October 1996 IHO Gregory D. Wetterau, P.E., BCEE Technical Review Mr. Wetterau has more than 20 years of expertise in engineering and project management for planning, design, and construction phases of water and wastewater projects. His primary expertise includes process and system design for membrane filtration, desalination, and advanced wastewater treatment facilities, having been involved with piloting, design, or facility start-up for more than 50 membrane treatment facilities throughout the United States and internationally. Mr. Wetterau currently serves on the Board of Directors forthe American Membrane Technology Association (AMTA), and is past Chair of the AWWA/AMTA Membrane Technology Conference Program Committee. He has also served on multiple Project Advisory Committees for the Watereuse Research Foundation and is active in the International Desalination Association (IDA). Process Lead, Emergency Water Supply Project, Cambria, California. For the Cambria Community Services District, Mr. Wetterau served as lead process engineer during design, construction, start-up, and operation of the 0.7-mgd Emergency Water Supply Project. The plant uses a blend of natural groundwater impacted by seawater intrusion and percolated secondary effluent, to supply an advanced water treatment facility using ultrafiltration, reverse osmosis, and ultraviolet light with advanced oxidation. Mr. Wetterau led the process design and the permitting process for California's first potable reuse facility approved for the minimum two-month aquifer travel time after injection. Process Lead, Advanced Treatment Plant Expansion, Long Beach, California. For the Water Replenishment District of Southern California, Mn Wetterau served as lead process engineer during design and consti-uction ofthe Leo J. Vander Lans Water Treatment Facility expansion. The design included expansion ofthe 3-mgd indirect potable reuse facility to 8-mgd without increasing waste flows to the sewer. A dissolved air flotation (DAF), secondary MF system, and third stage RO will produce an overall plant recovery of 91 percent. Mr, Wetterau has been heavily involved with permitting ofthe facility, the first to be approved under the current draft Groundwater Recharge Reuse Regulations. Task Leader, Water Reclamation Plant Improvements, Santa Barbara, California. Mr. Wetterau is the demineralization task leader and senior process engineer for tertiary filtration improvements and demineralization at the El Estero Wastewater Treatment Plant. He led a water quality evaluation identifying the source of high salinity in the wastewater as infiltration and inflow from high salinity groundwater in the harbor area. He led the preliminary design task for a 1-mgd RO system to address this high salinity, and is serving as process lead for final design of a 3.0-mgd MF system for tertiary filtration. Technical Lead, Water Purification Demonstration Project, San Diego, California. Mr. Wetterau is providing oversight for the City of San Diego's Advanced Water Purification Facility Demonstration project design, construction, and operation. The project is a component in the city's planned indirect potable reuse facility which will employ reservoir augmentation to supplement the raw water supply from the San Vicente reservoir. Mr. Wetterau worked closely throughout the project with the Department of Public Health to support the development of future reservoir augmentation regulations and has led technical presentations to multiple regulatory agencies and the City Council. Education M.S.- Environ mental Engineering, University of Illinois, Urbana, minois, 1994 B.S. - Civil Engineering, University of Illinois, Urbana, Illinois, 1992 B.A. - Liberal Arts, Wheaton College, Wheaton, Illinois, 1992 Registration Professional Engineer: Washington (1998), Oregon, and California Honors/Awards Board Certified Environmental Engineer (BCEE), American Academy of Environmental Engineers *Snnlith mi William K. O'Neil, P.E, BCEE Technical Review Mr. O'Neil has 28 years of experience in water and wastewater engineering including water quality evaluations, process technology evaluation and design, operations studies, conveyance studies and design, water supply studies, design-build projects, engineering services during construction, and treatment plant operations during startup and testing. Internationally, Mr. O'Neil has worked on water treatment and reuse projects in Guam, Brazil, Egypt, India, Mexico and Singapore. Senior Technical Reviewer, Various Design Projects, USA. Mn O'Neil has provided technical review services for the following projects: 30 percent design of the 28-mgd combined capacity West Basin Recycling Facility, Phase IV project that served as the design basis for the design-build request for proposals; the 4-mgd Badger WTP Washwater Recovery System Design/Build Project, Santa Fe Irrigation District; and for the 34-mgd Skinner Washwater Recovery Plant No. 3 hydraulic calculations. Metropolitan Water District of Southern California. Mr. O'Neil has also been the lead technical reviewer of shop drawing submittals for the City of San Diego's Miramar WTP expansion project. Project Manager, Design-Build with Associated Operation and Maintenance for Wastewater Systems Aboard Marine Corps Base Camp Pendleton, California. Mr. O'Neil is the overall design project manager for a $200 million design-build project involving upgrades and expansion (5 mgd to 7.5 mgd) at the Southern Region Tertiary Treatment Plant, a new 4-mgd Northern Region Tertiary Treatment Plant to replace two satellite sewage treatment plants, new sewage conveyance pipelines and pump stations, and refijrbished effluent discharge percolation ponds. Project Design Manager, Water Production and Treatment Facility, Blythe, California. Mr. O'Neil served as the project manager for a new 4.3-mgd water production and ti'eatment facility, expandable to 8.6 mgd. The project included an iron and manganese removal fdtration system and ancillary facilities, a booster pump station, a 2.2 million gallon welded steel reservoir, and several miles of new 16-in transmission main. Project Manager, Water Treatment Plant Improvements Project. Mr. O'Neil is serving as the project design manager for pretreatment upgrades at the 30-mgd David C. McCollum membrane filtration water treatment plant. This project included extensive analyses of pretreatment alternatives when the District was expected to receive a degraded source water. The District was able to negotiate an alternative with the water wholesaler to avoid the degraded source water. Project Manager, WTP Improvements Project, Highland, California. Mr. O'Neil is serving as the design project manager for design services during construction to upgrade and expand the East Valley Water District's Plant 134 from 4 to 8 mgd and upgrade to new membrane filters to replace solids contact clarifiers and granular media filters. Civil Design Manager, Water Treatment Plant Modification & Expansion, California. Mr. O'Neil served as the design manager for site civil and civil yard piping and vault structures for Metropolitan Water District of Southern California's Diemer ORP project, Skinner ORP and wastewater reclamation plant No. 3 project and the associated fast-track furnishing of fabricated large diameter steel pipe and fittings prepurchase package. Education M.S.- Environ mental Engineering, University of North Carolina, 1987 B.S. - Biology, Tufts University, 1978 Registration Professional Engineer: New Hampshire (1989), Califomia, and Massachusetts Certifications Board Certified Environmental Engineer (BCEE), American Academy of Environmental Engineers Smith David S. Vick, CHST Health, Safety, & Quality Mr. Vick is a health and safety manager with over 18 years of experience in construction health and safety. His experience includes developing and implementing accident prevention plans and activity hazard analyses, conducting jobsite safety audits, assessing employee training needs and safety training consistent with those needs, performing and documenting incident investigations, and maintaining OSHA required postings and documentation logs. Prior to Mr. Vick's career as a construction health and safety professional, he worked for a fire department in East San Diego County for 17 years where he served for many years as a paramedic and retired as a fire captain. Program Health and Safety Manager, Marine Corps Base Camp Pendleton, California. Mn Vick is responsible for developing and implementing an Accident Prevention Plan, Emergency Utility Repair Plan and Activity Hazard Analyses. He performs jobsite health and safety audits to prevent accidents and injuries and to maintain OSHA regulatory compliance. To date there have been 21 OSHA compliance inspections aboard the base with no penalties assessed. He also conducts required employee health and safety training for CDM Smith and some government ROICC personnel; conducts supervisor and competent person safety training; and maintains OSHA required recordkeeping and documentation. He also procures employee personal protective equipment, atmospheric testing instruments and ensures instruments are calibrated regularly. He ensures all equipment complies with local and state regulatory agencies certification requirements and maintains documentation. In addition, he investigates and reports to appropriate government agency accidents or injuries. Recently, Mr. Vick has begun to mentor a new entry-level safety professional for future DoD design-build operate and maintain work. Safety Coordinator, Insituform Technologies, Inc., San Diego, California. Mr. Vick oversaw Insituform field personnel and subcontractors performing sewer-lining operations involving confined space entry, trenching and excavations, traffic control plans, and PPE usage. He performed OSHA required safety training (confined space entry. Hazard Communication, CPR/First Aid, etc.). He ensured supervisors conduct a "Weekly Tailgate Meeting" and compile documentation. And he performed injury/accident investigations with supporting documentation to satisfy contractual and OSHA requirements. Safety Coordinator, CDM Smith Engineers and Construaors, Inc. San Diego, California. Mr. Vick developed, implemented, and maintained a site-specific health and safety plan consistent with contractual obligations. He assisted project management with an aggressive Safety and Health program that identified hazard exposures and mitigated compliance with the enforcement of all safety controls. He effectively communicated hazard assessment to employees and subcontractor personnel with the development of "lob Safety Analysis." He assessed personnel training needs and conducted training specific to the site and to maintain OSHA compliance; conducted jobsite safety audits and ensured proper, positive, and immediate corrective actions were implemented as a result of noted deficiencies, employee concerns or incident investigations. Certifications Construction Health and Safety Technician (CHST) - Board of Certified Safety Professionals Professional Certificate - Construction Occupational Safety and Health, OSHA Institute, San Diego, California A.S. - Fire Technology, Miramar College, San Diego, California, 1985 Emergency Medical Technician Instructor, California State Fire Marshal Office, Sacramento, California OSHA 10 and 30 hour Construction Health and Safety Outreach Training Instructor Paramedic Certification (UCSD) Emergency Medical Services Training Office, San Diego, California, 1979 Training 40-hour Hazardous Material and Emergency Response Certification Incident Command System Certification, U.S. Department of Homeland Security, Emergency Management InsUtute Trenching/Excavation Safety Trainer, OSHA Institute, San Diego, California Confined Space Entry COIVI smith \M3 Carlos A. Melvin Construction Quality Mr. Melvin is an environmental and civil engineer with experience in the areas of water, wastewater, construction, quality control inspection, solids, soil and hazardous waste management. Construction Quality Control Manager (CQCM), Marine Corps Base Camp Pendleton, P-1043 (Northern Regional Tertiary Treatment Plant - NRTTP), California (Approximately $80 million). Mr. Melvin provided CQCM services for a new 5-mgd wastewater treatment plant (NRTTP) at Camp Pendleton. Mn Melvin's main responsibilities consisted of conducting weekly QC meetings, generating and submitting daily QC reports, scheduling and conducting Preparatory and Initial Phase meetings for all definable features of work, creating as-built/record drawings, coordinating third-party testing, managing rework activities, and inspecting daily construction activities. These activities focused on the construction and start-up of a new wastewater treatment plant that would centralize and process wastewater for the northern region of Camp Pendleton. Construction Quality Control Manager (CQCM), Marine Corps Base Camp Pendleton, P-1043 (TAPS12/Conveyance/Ponds and Solar), California (Approximately $30 million). Mr. Melvin provided CQCM services to the P-1043 project at Camp Pendleton. His main responsibilities consisted of conducting weekly QC meetings, generating and submitting daily QC reports, scheduling and conducting Preparatory and Initial Phase meetings for all definable features of work, creating as-built/record drawings, coordinating third-party testing, managing re-work activities, and inspecting daily construction activities. These activities were focused on the expansion ofthe existing TAPS12 facility into a pump station, expansion of the existing infiltration ponds (Sierra One and San Onofre), installation of a force main between the pump station and NRTTP and the initial solar installation at the Sierra One Ponds. Construction Quality Control Manager (CQCM), Marine Corps Base Camp Pendleton, IM-24 Water Filtration Plant, California ($4.5 million). Mr. Melvin provided CQCM services to the IM 24 Water Treatment Plant Expansion project at Camp Pendleton. Mn Melvin's main responsibilities consisted of conducting weekly QC meetings, generating and submitting daily QC Reports, scheduling and conducting Preparatory and Initial Phase meetings for all definable features of work, as-built/record drawings, coordinating third parly testing, managing re-work activities, and inspecting daily construction activities. Program Manager Support, Camp Pendleton Design-Build Program, Califomia. Mn Melvin provided resource management and program support to the Camp Pendleton Program Manager. The task consisted of ensuring adequate staffing for all Camp Pendleton design-build task. In addition, Mn Melvin provided technical support to the program manager, which addressed task for the client and the CDM Smith executive committee. Education B.S. - Environmental Resource Engineering, Humboldt State University Areata, California, 1999 Certifications NAVFAV Construction Quality Control Manager (March 2015) First Aid and CPR Certification (May 2015) Bilingual (Spanish) Leonel I. Almanzar, PhD, PE, SECB Lead Engineer Dn Almanzar has 20 years of experience in civil, environmental, and transportation projects design and management. He has managed and coordinated the preparation of feasibility studies, planning, conceptual, preliminary, and final designs for water and wastewater treatment facilities, dams, tunneling, and transportation structures. Dr. Almanzar also has extensive experience in value engineering, design-build projects, project legal litigations, project scheduling and cost management functions. Project Team Leader, Design-Build for the new Irwin Water Works and Water Distribution System Upgrades at Fort Irwin, California, 2013. Mr. Almanzar was the Project Design Team Leader fora $100 million design-build project at Fort Irwin involving the design and construction of a new 6 mgd advanced water treatment plant using electrodialysis reversal (EDR) to remove arsenic and fluoride from the source water, while further treating the wastes stream to achieve a zero liquid waste discharge facility. The waste stream treatment processes include air stripping, enhanced lime soft:ening clarification, close coupled microfiltration with reverse osmosis, and mechanical evaporation. The overall recovery is projected as 99.6% with a small residual brine waste stream disposed of in on-site evaporation ponds. The project also includes converting a dual water system into a single potable water distribution system. Lead Structural Engineer, Vander Lans Expansion, Water Replenishment District, Long Beach, California, 2012. For the Water Replenishment District, Mr. Almanzar served as the task leader for the expansion ofthe existing Leo Vander Lans Water Treatment Facility (LVLWTF) from 3-mgd to 8-mgd, The LVLWTF includes treatment of Title 22 e as effluent using MF, RO, and advanced oxidation with UV/peroxide. The expansion also includes provisions for reducing waste discharge by adding 3"^ stage RO and backwash waste recovery from the MF system. As structural task leader, Mr. Almanzar was responsible for the structural design for this project. Lead Structural Engineer, Camp Pendleton P-1041 SRTTP - Southern Region Tertiary Treatment Plant Expansion, California, 2010-2013. Dr. Almanzar served as lead structural engineer during design ofthe design-build (D-B) project. The project includes the design and construction ofthe expansion of a tertiary treatment plant from 5.0 mgd to 7.5 mgd annual average daily flow (AADF) to meet the effluent permit limits for biochemical oxygen demand (BOD), total suspended solids (TSS), and total nitrogen (TN). The new facilities will build closely upon the existing design. The main liquid treatment facilities include, influent pumping, screening, sequencing batch reactors (SBRs), filtration and disinfection. The solids treatment/handling facilities include waste activated sludge thickening, aerobic sludge digestion, sludge dewatering, and biosolids storage. Project Team Leader, Camp Pendleton P-1043 NRTTP - Northern Region Tertiary Treatment Plant, California, 2010-2014. Dr. Almanzar served as project team leader and lead structural engineer during design of the design-build (D-B) project. The P-1043 (NRTTP) project includes the design and construction of a tertiary treatment plant for an annual average daily flow (AADF) of 4.0 mgd to meet the effluent permit limits for biochemical oxygen demand (BOD), total suspended solids (TSS), and total nitrogen (TN). Education Ph.D. - Civil Engineering, University of Puerto Rico, 1998 M.S. - Civil Engineering, University of Puerto Rico, 1994 B.S. - Civil Engineering, Technical Institute of Santo Domingo, 1990 Registration Professional Engineer: Alabama, Arizona, California, Dominican Republic, Florida, Massachusetts, North Carolina, Puerto Rico, South Carolina. NCEES-38757 SECB - Certified in the Practice of Structural Engineering M th Robert M. Mancino Superintendent Mr. Mancino has over 15 years of experience serving as a carpenter foreman and superintendent in charge of safety, planning work and running crews on a variety of structures from large wastewater treatment plants to small municipal water pump stations. Superintendent/Safety Officer, Perris Desalinization and Booster Pump Station, Eastern Municipal Water District, Perris, California. For this $11 million membrane treatment plant, Mr. Mancino's responsibilities include scheduling, safety manager, supervising crews, procurement and QC. Carpenter General Foreman/Safely Coordinator, Kiewit Pacific Lake Skinner Waste Water Treatment Plant Expansion, Temecula, California. For this $113 million wastewater treatment plant project, Mn Mancino's responsibilities included project coordination, safety manager, procurement, labor and project forecasting, and QC. Superintendent/Safety Manager, Sewage Treatment Plant 11 Upgrades Design-Build Project Camp Pendleton (STP-11), California. Mr. Mancino's duties included scheduling, site safety manager, procurement, crew and subcontractor oversight. This $5.8 million improvement project was to an existing sewage treatment plant. Superintendent/Safety Manager, Booster Pump Station, Camp Pendleton, California. Mr. Mancino's responsibilities included subcontractor and crew scheduling, site safety manager, procurement, forecasting and QC. This was a $720,000 design-build project to demolish and replace an existing fresh water pump station. Upgrades included new pumps, piping, control system, a new pre-manufactured steel structure, masonry block retaining wall, site grading with new asphalt and fencing. Superintendent/Safety Manager, SLSl Sewer Lift Station upgrades, Camp Pendleton, California. For this $5 million design-build contract, Mr. Mancino's responsibilities included subcontractor and crew scheduling, site safety manager, procurement, forecasting and QC. This project was designed to satisfy a court ordered compliance decree as part ofthe tertiary treatment plant that replaced the existing sewage treatment plant. Superintendent/Safety Manager, I/M 22 Iron/ Manganese Plant 22 Upgrades, Camp Pendleton, California. Mn Mancino's responsibilities included subcontractor and crew scheduling, site safety manager, procurement, forecasting and QC. This was a $2.7 million design-build project to replace the existing under-drain laterals, tees and headers and support media in four filter vessels; replace existing pneumatic valves and actuators with electric valves and actuators; and replace existing propeller flow meters with magnetic flow meters. The project involved upgrading the existing process control system, including a master control panel, remote I/O cabinets, PLC programming and start-up services and unity room integration. Modifications were made to the building interior, including a new interior wall, access door and modifications to the existing ventilation system. Certifications Local 547 United Brotherhood of Carpenters 30-hour OSHA E-M385 Trained CQM Trained Confined Space Fail Protection Trench and Excavation Safety Competent Rigging Trained CPR First Aid Scaffold Competent User Trained Hazard Communication Hoon Hyung, Ph.D., P.E. Process Design Dr. Hyung is a water treatment process specialist with more than 16 years of design experience. His design capability covers media filter, activated carbon filter, oil water separation system, DAF, MF/UF, RO, ion exchanger system, ED! and EDR. Dr. Hyung has authored/co-authored more than forty articles on advanced water treatment and emerging contaminants in peer-reviewed journals and conference proceedings. He has assumed technical leadership roles in various projects for drinking water treatment, sea water desalination, wastewater reclamation, industrial water and wastewater treatment ranging from a 0.5-mgd containerized system to a 70-mgd wastewater reuse plant. Throughout his career, he has worked on various domains in water and wastewater technology including membrane manufacturing and development, bench and pilot testing, process engineering, project engineering, and project management. Task Leader, Emergency Water Supply, Cambria, California. For this $9M design-build project. Dr. Hyung was in charge ofthe mechanical evaporation system design for RO brine treatment He was in charge of the process modeling and design of the mechanical evaporation system to handle the RO brine from the Advanced Water Treatment Plant. He reviewed the local meteorological data and developed a model to estimate local evaporation rates to determine feasibility of applying the mechanical evaporation process to handle the brine. He was also involved in process design for the plant which is composed of the MF-RO membrane processes and UV disinfection. Process Lead, Groundwater Reliability Improvement Program (GRIP) 30% Design, Los Angeles, Califomia Dr. Hyung was lead process engineer for the project to provide 30 percent design for the 10-mgd Advanced Wastewater Treatment Facility (AWTF) to be located in the San lose Creek Wastewater Reclamation Plant in Los Angeles, California. The AWTF was composed of MF/UF membrane filtration and reverse osmosis membrane to treat the tertiary effluent from the San Jose Creek Wastewater Reclamation Plant and the product water will be delivered to Montebello Forebay Spreading Ground for the groundwater recharge. Dn Hyung worked on the basic process design, equipment sizing, review ofthe drawings and operation cost estimation. He was also responsible for preparing the technical memorandum to perform advanced water treatment technology assessment, AWTF siting assessment and the integrated alternatives analysis. Task Leader, Tertiary Filtration Replacement, Santa Barbara, California Dn Hyung served as the task leader to develop the design of the one of its kind universal membrane filtration (MF) system for a 3-mgd MF tertiary wastewater treatment system. He performed mechanical and process design for the MF system and prepared the bid specification. He also reviewed shop drawing submittals during the construction phase. Engineering Manager, Industrial Water Treatment, Ecopetrol, Barranca Bermeja, Colombia. Dr. Hyung worked as the engineering manager for $10M engineering project to supply ultrafiltration and reverse osmosis membrane based industrial water treatment system to a refinery of Colombian petroleum company, Ecopetrol. He led process design and engineering, oversaw and coordinated daily engineering activities (process, mechanical, electrical and design engineering) during the entire project. Education Ph.D. - Environmental Engineering, Georgia Institute of Technology, 2008 M.S. - Chemical and Biological Engineering, Seoul National University, 1999 B.S. - Chemical and Biological Engineering, Seoul National University, 1997 Registrations Professional Engineer; Texas, California, 2012 Honor s/Awards Thompson Reuter's Essential Science Indicators as a Fast Breaking Paper in the Field of Environment/Ecology, 2008 The Most Accessed Paper ("Natural Organic Matter Stabilizes Carbon Nanotubes") in journal "Environmental Science and Technology," American Chemical Society, 2007 Prime Minister's Award for Development of Novel SWRO Membranes, Korea Govemment 2002 CDM . Smith Melvin H. Ridley, II Instrumentation and Controls Mr. Ridley has over 12 years of experience in instrumentation and controls. His experience includes industrial machine design, industrial and municipal process control design, programmable logic controller (PLC) programming, human machine interface (HMl) programming, control panel design and assembly, startup, and trouble shooting. Project Engineer Carlsbad Wastewater Recycling Facility (CWRF), Carlsbad, California. Mr. Ridley served as the systems integrator on the start up ofthe CWRF. The CWRF had been shelved for over a year without any testing. Startup issues included electrical failures due to plant wiring and incomplete systems. Mr. Ridley was responsible for making program changes to the SCADA system and startup testing, as well as identifying and correcting instrumentation issues. Project Engineer, Encina Wastewater Treatment Plant, California. Mn Ridley was the instrumentation and controls engineer for modifications to the Encina facility to feed the Carlsbad Wastewater Recycling Facility. Responsibilities included the setup and calibration of instrumentation, inter-plant networking, and programming of the effluent pump Project Engineer, Southern Region Tertiary Treatment Plant, Camp Pendleton, California. Mr. Ridley was the instrumentation engineer for modifications to sewer conveyance system. Responsibilities included the design of lift station controls and power systems. Design/Build Delivery of P-110 Conveyance System, Marine Corps Base Camp Pendleton, Oceanside, California. Mr. Ridley has been providing ongoing O&M support as part of CDM Smith's DBOM contract. He also designed and programmed three sewage pump stations and three reclaimed water pump stations. The pump stations were all integrated into the existing SCADA system (Allen Bradley RSView 4.0).Mr. Ridley also designed and implemented a 900 MHz ethernet radio system to provide communications between remote sites and the control room. Project Engineer, Chino H Desalter, California. Mn Ridley served as the project engineer (programming) forthe Chino Desalter Authority's (CDA) Chino II desalter. His responsibilities included the configuration and programming of the PLCs and the supervisory control and data acquisition (SCADA) systems. The plant SCADA system consisted of a redundant HMI server, a historian, a web server and three PLCs. His secondary responsibilities were to act as the system integrator forthe CDA at the Chino 11 facility. Owens Lake Dust Mitigation Program - Phase 7. Los Angeles, California. Mr. Ridley designed and specified the Phase 7 l&C system. The system design included integrating the addition of a master PLC (Allen Bradley Control Logix), seven remote PLCs (Allen Bradley SLC), and 32 radios into the existing SCADA system. Education B.S. - Electrical Engineering, Ohio University, 1994 ^^nith Daniel L. Hutton, DBIA Operations/Start-Up Mr. Hutton has 40 years of experience performing design, construction management, and facility operations. He possesses wide-ranging expertise in complex water, wastewater and remediation systems. Mr. Hutton frequently manages design activities, conducts design reviews, performs operability and maintainability evaluations of system designs, conducts field inspections, monitors specified startup and performance testing, and coordinates project completion. He has been responsible for a variety of operations, maintenance, and management projects that have helped CDM Smith's clients optimize water and wastewater collection, conveyance, and treatment systems. His work often involves facility performance evaluations, maintenance management system development, training programs, operation and maintenance (O&M) manual preparation, and facility startup services. Mr. Hutton has provided startup/ commissioning planning and scheduling, startup, testing, and commissioning services for several water and wastewater treatment facilities designed and built by CDM Smith. These facilities include: Water Treatment Facility, Camp Pendleton, California. This 8.6 mgd two stage reverse osmosis water treatment facility consists of granular activated carbon, cartridge filtration, two-stage reverse osmosis system, flow blending, chemical stabilization, treated water storage and brine disposal. Delta Water Supply Project, City of Stockton, California. This 30 mgd surface water treatment faciity utilizes inlet screening, ozonation, flocculation and sedimentation, micro filtration, chemical stabilization, treated water storage and pumping. Sand City, California. This 600,000 gpd brackish water reverse osmosis system is equipped with energy recoveiy devices and UV disinfection supplementing area potable water system. Wastewater Facility, US Coast Guard TRACEN, Petaluma, California. This 0.225 mgd treatment facility includes influent screening, flow equalization, influent pumping, grit removal, BNR secondary, chlorination, aerobic sludge digestion, roughing filters. Tertiary filters, agricultural spray irrigation, belt filter press sludge dewatering and SCADA. Carmel Area Wastewater District, Carmel, California, Salinity Management Project. This micro-filtration/reverse osmosis expansion provides treated water for irrigation for the Pebble Beach Company. Glendale Water Treatment Plant, Glendale, California. A 5,000-gpm air stripping and GAC groundwater treatment facility. Redlands Groundwater Treatment Facilities, Redlands, California. Three groundwater treatment plants with a combined capacity of 17.2 mgd. Reclaimed Water Treatment Facility, El Segundo, California. A 3,000-gpm state-of- the-art microfiltration/reverse osmosis water treatment facility. For each of these facilities, Mn Hutton coordinated with vendors, subcontractors, and suppliers to test and bring online each of the treatment systems after construction was complete. He managed and oversaw all performance tests and compliance monitoring. Education B.S. - General Business Administration, Ball State University, 1974 Registration DBIA ^iknith James Joy P.E. Electrical and Instrumentation Mr. Joy has 8 years of experience in instrumentation and controls. His experience includes industrial machine design, industrial and municipal process control design, programmable logic controller (PLC) programming, human machine interface (HMl) programming, control panel design and assembly, startup, and trouble shooting. Lead I&C Designer/Applications Designer - Design-Build for Advanced Water Treatment Facility, San Diego, CA. (August 2010 - August 2011). Led the Instrumentation and Controls (l&C) and master programmable Logic Controller (PLC) and Human-Machine Interface (HMl) program design fora pilot treatment plant that treats waste water treatment plant effluent to bring it to drinking water quality. The system used a Rockwell Factorytalk View SE HMI with Allen-Bradley CompactLogix PLCs). This project required working with four vendor package system suppliers to incorporate their designs into a comprehensive design package and coordinating comprehensive control of their PLCs from the master PLC. Also configured secure remote access using a cellular router with a strict firewall configuration and VPN capability. Application Engineering Support - Southern Tertiary Treatment Plant, Camp Pendleton, CA. (|anuary 2008 - Present) Provided continual support to operations staff at the waste water treatment plant at the Marine Corps Base Camp Pendleton. Tasks included assisting in upgrading the SCADA system to use separate display and data servers that distributes operator interface information to clients. It also included upgrading their HMI software from Rockwell Factorytalk View SE 4.0 to 6.0 and upgrading their problematic Factorytalk Transaction Manager Historian to the new Factoiytalk View Historian SE. The new historian implementation utilizes redundant data interfaces to deliver data to the historian and buffer data in the case of a failure. Application Engineering Support - Richardson Treatment Plant, Loma Linda, CA. (December 2011 - March 2012). Provided support to start-up a ground water treatment facility that treats and deliver water to drinking water reservoirs for the city of Loma Linda and the surrounding area. Tasks included troubleshooting and repairing communications issues with an extensive unlicensed 900MHz Ethernet radio network. The project also included troubleshooting and correcting process control issues within various Allen- Bradley SLC500 series, MicroLogix series processors and operator interface issues within the Wonderware Intouch 9.5 HMI. The improvements made aided in earning additonal applications engineering work for adding arsenic blending plan programming. Application Designer - P-110 Conveyance System, Camp Pendleton, CA. (January 2008 - July 2009). Served as an application designer on a design-build project to modify the sewer conveyance system, and the addition of a reclaimed water distribution system at Camp Pendleton Southern Regional Tertiary Treatment Plant. Responsibilities included Allen-Bradley CompactLogix PLC programming & programming modifications to the existing Rockwell FactoryTalk View HML Electrical/I&C Designer - Trickling Filter Modifications, Camp Pendleton, CA. (August 2007 - July 2008). Served as an electrical and l&C designer on a design-buiid project to modify an existing treatment plant at the Marine Corps Base Camp Pendleton. Education B.S. Electrical Engineering, University of California, Irvine 2006 Registration Professional Engineer, Electrical #20257, Califomia (Expires March 31^2015) Certifications Ignition Core Certificate n 2014 mith i3o Chris Avina, DBIA Electrical and Instrumentation Mr. Avifia has more than 20 years of experience in the field of electrical and instrumentation and controls (I&C).He has served as the I&C project manager, control panel designer, and estimator for various l&C system projects for water and wastewater treatment facilities and industrial projects. His work experience includes projects in California, Denver, Nevada, Arizona, South Carolina, Florida and Guam. Mr. Avina specializes in building strong teams: developing objectives for each team member and assigning individual responsibilities such that client goals are met on time and on budget. He regularly oversees project planning and accounting, minimizing extraneous expenses, managing risk and ensuring that construction activities proceed according to schedule. His extensive experience allows him to effectively develop work plans and revise them as necessaiy, while communicating effectively with contractors and coordinating tlie efforts of all parties involved in each project. I&C Project Manager, Delta Water Supply Design-Build Project, Stockton, California. The City selected CDM Smith for the landmark Delta Water Supply Project $176 million design-build project, which integrated the City's surface water and groundwater management efforts and developed a new supplemental water supply. The project facilities included a 30-mgd WTP, 12 miles of new 54-inch diameter raw water pipelines, over 6 miles of new 54-inch, 42-inch, and 36-inch diameter treated water pipelines, and seven micro tunnels (60-mgd). Mn Aviila provided field instruments and controls, including Pressure, Level, Temperature, Flow, Analytical instruments and control panels. His responsibilities included design and supervising fabrication of 10 PLC control panels, analytical control panels, as well as generating instrument ISA data sheets, procuring field instruments, scheduling instrument delivery, and field instrument calibration. Mn Avifia also provided field instrumentation technical support to field electricians, and assisted in loop validation testing prior to field start-up of PLC and field instrumentation. l&C Project Manager, Water and Wastewater Infrastructure Program, Marine Corps Base Camp Pendleton. Under a $260 million Design-Build-Operate-Maintain program Mr. Avifia provided pressure, level, temperature, flow and analytical field instruments for 10 projects at Camp Pendleton. His responsibilities included supervising fabrication of analytical control panels, generating instrument ISA data sheets, procuring field instruments, scheduling instrument delivery, and field instrument calibration. Mr. Avifia also provided field instrumentation technical support to field electricians, and assisted in loop validation testing prior to field start-up of PLC and field instrumentation. Project Manager, Design-Build Water SCADA System Upgrade, Pomona, California. The SCADA system at the City of Pomona Water Division controls the groundwater wells, water distribution/reservoir system, and three WTPs. The City conducted a SCADA system audit that identified possible areas of failure and needed improvements. CDM Smith was selected by the City to undertake the $3 million design-build upgrade of the water system SCADA system. Mr. Avifia oversaw the construction of the SCADA system upgrade for the City. His responsibilities included project planning, budgeting, supervising fabrication and design shop drawings for 55 Allen-Bradley platform programmable logic controller (PLC) control panel enclosures with radios, and SCADA server system rack enclosures. ^^rruth Education National Education Center, Los Angeles Trade-Technical College \5\ Micheal A. Mackenzie, DBIA Estimating & Constructability Mr. Mackenzie has over 15 years of experience in water/wastewater project controls and 23 years of experience in construction management, including construction planning, estimating, document management, and construction execution. His background in the water treatment industry includes pretreatment, microfiltration, nanofiltration, ultra filtration, RO media filters, actiflow systems, super pulsators, ozone contactors, chlorine contactors, high service pumping systems, and desalination systems. Mr. Mackenzie helps CDM Smith clients develop strategies for successful project delivery throughout the project lifecycle. He firmly believes that clear and concise communication with clients is vital to successfully completing projects. Chief Estimator, Fort Irwin, California. Mr. Mackenzie led the preconstruction effort for the design-build project for a 35-mgd water filtration plant and 18 miles of intake and distribution pipelines. The water treatment plant has the following process trains, EDR, high rate lime reactors, three pass reverse osmosis, mechanical evaporation, gravity filters, pumping systems, storage, chemical systems, and a LEED® Silver Operations facility. Other duties included client coordination, project cost trending, pre and post award value engineering, document control and decision process records retention. Chief Estimator, Delta Water Supply, Stockton, California. Mn Mackenzie led the estimating effort forthe design-build project for a 35-mgd water filtration plant and 18 miles of intake and distribution pipelines. The water treatment plant has the following process trains. Ozone, Flocculation and Sedimentation, Microfiltration, Chemical systems, Prestressed Water Storage, Screening, High Service pumping systems, and a LEED® Silver Operations facility. Mr. Mackenzie developed cost for concrete, process mechanical, and specials. The finished water portion ofthe pipeline consists of 36-, 42- and 54-inch pipelines. The routing included 5 micro-tunnels. Mr. Mackenzie conducted all estimating efforts for the pipeline portion of the project. Chief Estimator, P-1041-P-143 Tertiary Treatment Facilities, Camp Pendleton, California. Mn Mackenzie leads the estimating effort for the design-build pursuit for the design and construction of a 4-mgd tertiary treatment plant and the upgrade to an existing tertiary treatment facility to 7.5-mgd facility including conveyance intake and discharge. Duties included project design scoping coordination, process mechanical estimating, and general conditions development. Scope of project also included 10.1-MW of photovoltaic solar generation facilities to allow the treatment plants to be a net 0 energy consumer.. Other duties included client coordination, project cost trending, pre and post award value engineering, document control and decision process records retention. Chief Estimator, IPR Project, San Diego, Califomia. Mr. Mackenzie leads the estimating effort for the design-build pursuit for the design and construction of a 1.1-mgd AWT system for potable reuse of wastewater effluent using the following technologies microfiltration, nanofiltration, RO treatment, ion exchange, and UV treatment. The system is to prove out the process for fijll plant expansion of 40 mgd. Also included in his efforts was a schematic design estimate for the full-scale facility estimate of 18 mgd for microfiltration systems, reverse osmoses systems, UV and support systems. Education A.S, - Construction Management, Santa Fe College, 1997 Technical Skills AutoCAD Micro Station Timberline Estimating MCACES MFW At Risk Primavera Project Planner On Screen Takeoff Microsoft Office Suite Oracle Unifier Contract Manager Honors/Awards Third Place- National American Design Drafting Association Contest Designed Habitat for Humanity Home Built a HOPE House for Gainesville Home Builders Association DBIA Professional Abraham Nejad, PMP, PSP, LEED AP Project Controls/Scheduling Mr. Nejad possesses diverse project experience in the construction industry including hands-on, field supervision, project engineering and controls, and project management experience in leading medium to large scale horizontal and vertical construction projects in Water and Wastewater Treatment Plants, Pipeline Distribution, Wells, and Pump Stations, as well as Commercial, Retail, Residential, and Educational Facilities and Sites. As a Project Controls Specialist, Mr. Nejad assists the project management team by providing project controls services including preparation of project plan and Work Breakdown Structure (WBS), Estimation of timelines and project phases. Identifying key project Constraints and Milestones, Critical Path Method (CPM) Scheduling using the Precedence Diagram Method (PDM), Measurement and Forecasts, Estimate and Resource Control, Time Phased Budgeting, Cash Flow Analysis and Financial Projections, Forensic Schedule Analysis, Scope and Change Management, Progress Reporting, Proposal Development, Process improvements. Training, and additional project oriented functions. Project Controls Specialist, Water Treatment and Distribution System, U.S. Army Corps of Engineers, Ft. Irwin, California. Mr. Nejad serves as the project controls specialist on the $100 million Design-Build 6.0 mgd water treatment plant (WTP) and distribution system upgrades project for the U.S. Army Corps of Engineers at Ft Irwin (USACE, Los Angeles District). The project consists of EDR system, EDR waste air stripper system, PDPS, waste EQ tank, iime softening clarifiers, membrane filtration and reverse osmosis, ion exchange and mechanical evaporator system, lime sludge thickening and LS lagoons, evaporation ponds, chemical systems, water treatment plant site development, new Langford Lake well, rehabilitation of two existing wells and water tanks, three water storage tanks, existing pump stations upgrades, over 25,000 LF of pipeline installation. This project is pursuing LEED Certification. Project Controls Specialist, Design-Build Water SCADA System Upgrade, Pomona, California. Mr. Nejad served as the project controls specialist on the $3 million design- build water SCADA system upgrade project done for the City of Pomona. The project consists of a 900MHz Spread Spectrum Radio Network, 5.8 GHz Ring Technology Microwave Network, human-machine-interface (HMl) and programmable logic controller (PLC) subsystems, and remote terminal units connecting City's four main water treatment plants to 55 remote sites at reservoirs, wefls, and booster pump stations. His responsibilities included planning and schedule modeling, network analysis, critical path analysis, schedule optimization, schedule maintenance and monthly progress update reports, look-ahead schedules, critical and near-critical analysis and reports. Project Controls Specialist, Wastewater Systems aboard Marine Corps Base Camp Pendleton (DBOM 11), California. Mr. Nejad served as the project controls specialist on the $160 million design, build, operate and maintain ofthe new Northern Region Tertiary Treatment Plant (NRTTP) with capacity of 4 mgd, pumping stations and pipelines conveyance; expansion of Southern Region Tertiary Treatment Plant to 7.5 mgd (SRTTP); and 4.3 mega-watts solar array consti'uction at Sierra One Percolation Basin and SRTTP site for the U.S. Navy at Camp Pendleton (NAVFAC). Education MBA - Finance California State University, Fullerton, 2011 B.S.- Construction Management California State Polytechnic University, Pomona, 2005 Registration General Building Contractor, Califomia General Engineering Contractor, California Certifications Project Management Professional - PMP Project Planning & Scheduling Professional - PSP Leadership in Energy and Environmental Design Accredited Professional - LEED AP CDM ^ Smith