+ All Categories

Review

Date post: 22-Apr-2017
Category:
Upload: anonymous-zrsuuxncc
View: 216 times
Download: 3 times
Share this document with a friend
19
Work Order No. 08 WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review In accordance with this Work Order No. 08, made and entered into this I,U day of 0'1 ,20 \ , the undersigned Engineer agrees to perform and complete following services, in accordance with the terms and conditions of this Work Order and with the terms and conditions of that certain Master Agreement for Engineering Services for Airport Improvements at Pensacola International Airport dated July, 2012, all of which terms and conditions are hereby incorporated herein by reference: Project Location: Pensacola International Airport (PNS), Cordova Square and Piedmont Road Area Project Description: The project will review the April 2014 rainfall event, which occurred over the City of Pensacola and surrounding areas, and assess the ability of the Cordova Square and PNS Airport Stormwater ponds to store the resulting runoff from the contributing basin as well as the likely route that overflow runoff from the two facilities would follow. Scope of Basic Services: The project includes survey, storm routing and hydraulic modeling, site reconnaissance and report preparation services as more particularly described in Attachment A — Scope of Work (Basic Services) attached hereto and incorporated herein by reference. Scope of Special Services: The project includes special services as more particularly described in Attachment B. — Special services not required. Airport Project Coordinator: Daniel E. Flynn, Asst. Airport Director — Operations, Pensacola International Airport, (850) 436-5000 Engineer Project Manager: Steven D. White, PE Basic Services Compensation: $22,440.73 as more particularly described in Attachment C — Basic Services Compensation attached hereto and incorporated herein by reference. Special Services Compensation: $0.00 as more particularly described in Attachment C — Special Services Compensation attached hereto and incorporated herein by reference. Total Compensation and Method of Payment: Lump Sum $22,440.73 as more particularly described in Attachment C — Project Costs attached hereto and incorporated herein by reference.
Transcript
Page 1: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review

In accordance with this Work Order No. 08, made and entered into this I,U day of 0'1 ,20 \ , the undersigned Engineer agrees to perform and complete following services, in accordance with the terms and conditions of this Work Order and with the terms and conditions of that certain Master Agreement for Engineering Services for Airport Improvements at Pensacola International Airport dated July, 2012, all of which terms and conditions are hereby incorporated herein by reference:

Project Location: Pensacola International Airport (PNS), Cordova Square and Piedmont Road Area

Project Description: The project will review the April 2014 rainfall event, which occurred over the City of Pensacola and surrounding areas, and assess the ability of the Cordova Square and PNS Airport Stormwater ponds to store the resulting runoff from the contributing basin as well as the likely route that overflow runoff from the two facilities would follow.

Scope of Basic Services: The project includes survey, storm routing and hydraulic modeling, site reconnaissance and report preparation services as more particularly described in Attachment A — Scope of Work (Basic Services) attached hereto and incorporated herein by reference.

Scope of Special Services: The project includes special services as more particularly described in Attachment B. — Special services not required.

Airport Project Coordinator: Daniel E. Flynn, Asst. Airport Director — Operations, Pensacola International Airport, (850) 436-5000

Engineer Project Manager: Steven D. White, PE

Basic Services Compensation: $22,440.73 as more particularly described in Attachment C — Basic Services Compensation attached hereto and incorporated herein by reference.

Special Services Compensation: $0.00 as more particularly described in Attachment C — Special Services Compensation attached hereto and incorporated herein by reference.

Total Compensation and Method of Payment: Lump Sum $22,440.73 as more particularly described in Attachment C — Project Costs attached hereto and incorporated herein by reference.

Page 2: Review

tt, City Clerk t• en, -I\ I ,-- ii ., 1 .

By: 4 /bit- 6 .. t a Ashton J. Hayward III, Mayor

_

By: 6 Print Name: Charles G. Baxl Title: Executive Vice Presiden

Legal in Fo m and Valid as Drawn: Apprc/i • As To • ntent:

Airport tor City Attorney

Schedules and Deliverables: Schedule and Deliverables shall be as defined the scope of Basic Services and as presented in Attachment D — Schedule and Deliverable attached hereto and incorporated herein by reference.

Meetings: Under this Work Order, the Engineer will prepare for and attend the following meetings during the study phase of this project:

• Data Collection Meeting with City of Pensacola (City) • Draft Report of Findings review meeting with City

Modification of Terms of Master Agreement Applicable to this Work Order: N/A

Special Terms and Conditions: N/A

Dated and effective as of the \ 5 day of Pr\ , 20 I H.

Attest: City of Pensacola, Florida, A Florida Municipal Corporation of the State of Florida

By: Print Name: David D. Skipper, PE Title: Vice President

Hatch Mott MacDonald Florida, LLC

Page 3: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review

ATTACHMENT A — Scope of Work (Basic Services)

I. BACKGROUND INFORMATION

Beginning on April 29, 2014 and continuing into April 30, Pensacola and the surrounding areas received record amounts of rainfall, with over 26 inches of rain recorded by the Escambia County Sherriff's Department. The excessive amount of rain nearly doubled the amount expected in a 100- year storm event and overwhelmed the stormwater infrastructure in the area with many catastrophic results.

The Pensacola International Airport (PNS or Airport) is a commercial service airport located in Pensacola, Florida. The Airport is owned and operated by the City of Pensacola (City). The Airport currently has an existing stormwater management facility located to the west of the southerly end of Runway 17-35 as well as the stormwater management facility at Cordova Square. These facilities serve as the primary stormwater management facilities for the majority of the Airport runway facilities, in addition to receiving regional stormwater runoff discharges from various sources with a contributing stormwater basin totaling approximately 2,431 acres.

The Airport has requested that Hatch Mott MacDonald Florida, LLC (Engineer) provide this scope of work for the PNS Airport April 2014 Rainfall Event Review (Project). The Project will include the performance of and engineering review of the April 2014 rainfall event, stormwater management facility storage capacity and overflow route analysis. The Engineer shall provide a summary report of findings with regards to the return period approximation for the subject storm event, analysis of the ability of the subject stormwater management facilities to store runoff from the storm event as well as probable routes for overflow runoff from each of the facilities.

II. SCOPE OF SERVICES

For the purposes of scope definition and Engineer fee development, the work has been divided into the following tasks as required under Article 4 of the Master Agreement for Engineering Services for Airport Improvements at Pensacola International Airport, dated July 2012. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the Engineer. These tasks will begin once the City provides the Engineer with a written Notice to Proceed. These tasks will be complete once the Engineer submits the final Report of Findings.

Page 4: Review

TASK 1 — April 2014 Rainfall Event Data Research and Review The Engineer shall review available data from the National Weather Service (NWS) and National Oceanic and Atmospheric Administration (NOAA) with respect to the April 2014 rainfall event to determine an approximate return period range for the storm event including but not necessarily limited to daily rainfall totals at the Pensacola International Airport and specific storm related documents.

TASK 2 — PNS Stormwater Management Facility Outfall/Piedmont Road Stormwater Trunk Line (Outfall Pipe) Surveying The Engineer shall perform a limited topographic survey of the Outfall Pipe to establish pipe size, pipe material, invert and rim elevations along the route from the PNS Stormwater Management Facility to Bayou Texar. Topographic surveying efforts shall be limited to the Outfall Pipe only. Surveying of local stormwater collection/transmission structures and/or pipes, within the Cordova Park area, that connect to the outfall pipe, is not included within the proposed scope of services.

TASK 3 — Addition of Outfall Pipe to Existing PNS Airport Stormwater Management Facility Expansion and Rehabilitation Model (stormwater model) The Engineer shall modify the existing stormwater model, established for the PNS Airport Stormwater Management Facility Expansion and Rehabilitation project, to include the outfall pipe from the PNS Stormwater Management Facility to Bayou Texar. The Engineer shall include contributing Cordova Park stormwater basin information within the model modifications based upon basin delineations and characteristics completed by Baskerville-Donovan, Inc. as part of the Seville Drive Drainage Improvements. The Engineer shall perform a storm routing simulation, for a storm event approximating the April 2014 event, and review the results to determine the ability of both the Cordova Square Stormwater Management Facility and PNS Airport Stormwater Management Facility to store runoff from the storm event, as well as hydraulic conditions which may have been experienced within the outfall pipe. The Engineer shall subsequently utilize the gathered data in conjunction with available GIS and/or Lidar topographic data to determine approximate overflow runoff routes from both the Cordova Square and PNS Airport stormwater ponds.

TASK 4 —Site Reconnaissance The Engineer shall attend meetings with representatives of the City of Pensacola and conduct limited field investigations and/or surveys, for the purpose of obtaining information with respect to current drainage patterns, routes and discharge location(s) and verification of overflow runoff routes. The Engineer shall perform aerial video documentation of the post storm event conditions along the route of the outfall from the PNS Stormwater Management Facility to Bayou Texar.

TASK 5 - Report of Findings The Engineer shall prepare a written report summarizing the efforts undertaken during the completion of the above described services. The written report shall include the data gathering efforts and pertinent information found which served as the basis for determining the approximate storm return period range, statistical findings, graphics and illustrations on the storm event as well as results of storm routing and hydraulic modeling efforts. This task shall include submittal of the Report of findings to the City of Pensacola/Airport personnel for review and comment. A meeting with City of Pensacola/Airport personnel to discuss draft report comments and or questions, as well as one-time revision of the Report of Findings shall be included to address and/or incorporate any City/Airport personnel comments.

Page 5: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review

ATTACHMENT B — Scope of Work (Special Services) — Not Applicable

In described in Section 2.1 of the Master Agreement for Engineering Services for Airport Improvements

at Pensacola International Airport dated July 2012, the following Special Services are deemed necessary

for this Work Order. For additional information on project background and Basic Services see

Attachment A.

For the purposes of scope definition and Engineer fee development, the Special Services work has been

divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a

change in the project scope and may require a revision to the compensation to be paid to the Engineer.

These tasks will begin once the City provides the Engineer with a written Notice to Proceed. These tasks

will be complete once the Engineer submits the final Report of Findings. It is assumed that all special

services can be completed within standard day time working hours.

Page 6: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review

ATTACHMENT C — PROJECT COST BREAKDOWN Addition of Outfall Pipe to Exis ting P NS Airport Stormwater Management Facility Expansion and Rehabilitation Model (s to rmwater model)

Task 3.1 Add outfallpipe to stormwater model 1 24 25

Task 3.2 Run stormwatersimulation and revicwrcsults 2 8 10

Site Reconnaissance

Task 3.1 Site visit to assess 1 3 4

Task 3.2

Task 3.3

Aerial Video Reconniassance 8

AerialVideo Review and Editing 4

Report of Findings

Task 3.1 Prepare Draft Report ofFindings 6 16 22

Task 3.2 Address City/P NS Comments 2 4 6

Task 3.3 Prepare Final Report o f Findings 2 8 10

TOTAL MAN-HOURS

LABOR RATES -HOURLY

SUB-TOTAL DIRECT LABOR

18

65.36

$ 1,176.48

83

46.91

$ 3,893.53

6

38.46

$ 230.76

18

24.5

$ 441.00

30

57.7

$ 1,731.00

113

$ 7,472.77

OVERHEAD 160%

P ROF IT g 10%

TOTAL BURDENED LABOR

OTHER DIRECT NON-SALARY COSTS

P rintin g , Reproduction, Mileage, Postage. Etc .

Travel(see breakdown next sheet)

$ 11,956.43

$ 1,942.92

$ 21,372.12

$ 1,068.61

Lump Sum Grand Total $ 22,440.73

Page 7: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 for Piedmont Road April 2014 Rainfall Event Engineering Review

ATTACHMENT C — PROJECT COST BREAKDOWN

TRAVEL

Purpose o f Travel Es t.# P eople Es t. # Days Es t. Airfare Es t. Car Est. Lodging P er Diem Total

• Data gathering meeting with CityofP ensaco la 1 1 $ S $

• Field Investigations/Survey 2 3 $ $ S $

• Draft Report ofFindings ReviewMeeints 2 1 $ $ S $

To tal Travel 5

Page 8: Review

Work Order No. 08

WORK ORDER FOR ENGINEERING SERVICES FOR AIRPORT IMPROVEMENTS AT PENSACOLA INTERNATIONAL AIRPORT

WORK ORDER NO. 08 Piedmont Road April 2014 Rainfall Event Engineering Review

ATTACHMENT D — SCHEDULE AND DELIVERABLES

Milestone Days Start Finish

NIP 0 5/19/2014 5/19/2014 April 2014 Rainfall Data Research and review 1 5/19/2014 5/19/2014

PNS Stormwater Management Facility Outfall/Piedmont Road Stormwater 14 5/19/2014 5/26/2014 Trunk Line (Outfall Pipe) Surveying

Addition of Outfall Pipe to Existing PNS Airport Stormwater Management Facility Expansion and Rehabilitation 7 5/26/2014 6/2/2014

Model (stormwater model)

Draft Report of Findings 7 6/2/2014 6/9/2014

Submit Draft Report of Findings 0 6/9/2014 6/9/2014

City Review of Draft Report of Findings 7 6/9/2014 6/16/2014

Final Report of Findings 3 6/16/2014 6/18/2014

Submit Final Report of Findings 0 6/18/2014 6/18/2014

Total Duration 30

Page 9: Review

rvlarch 3, 2014

Hatch Mott MacDonald Signing and Approval Policy

Scope: The signing and approval policy applies to all commitments made on behalf of Hatch Molt MacDonald Group (H.MM) or any of its subsidiary companies.

Introduction: The signing and approval policy relates to hiring the right people, protecting our core technologies and managing our exposure to potential liabilities.

Policy:

1. Required Approval Authority and Staff Authorized to Sign Contracts

Procedure 4.01 sets out the limits of authority for staff depending on their roles within the Group. It describes levels of authority in relation to:

• Approval of expenses (Procedure 6.15) • Commitment to purchase goods or services, including sub-consultants (Procedure 6.16), • Approval of invoices for goods or services, including sub-consultants ( Procedure 6.16) • Submitting proposals, bids or tenders for our services (Directive 4) • Entering into contracts or appointments for our services (Directive 4)

IN ACCORDANCE WITH EIMM BOARD RESOLUTIONS IT IS A REQUIREMENT THAT ONLY CERTAIN NAMED PERSONS MAY SIGN CERTAIN COMM1TIVIENTS AFTER HE/SHE HAS OBTAINED WRITTEN AUTHORITY FROM THE PERSON(S) AUTHORISED TO APPROVE THE COMMITMENT UNDER Procedure 4.01.

Any contract or change order that has been approved in accordance with the required authority levels as specified in the FINITVI Directives Procedure 4.01 may be 'signed as follows:

• Fee Value less than USS2.0m [CNDS2m1 - Any one person from the List of Authorized Persons to Sign may execute the contract.

• Fee Value more than USS2.0m [CND$2m1 Any two people from the List of Authorized Persons to Sign may execute the contract.

The list of persons authorized to sign on behalf of each HMM company is appended to this statement of policy.

Authorized persons outside the relevant business unit must not sign unless satisfied that those who should sign are absent and the matter cannot wait.

HMIVI. may use a system of electronic tendering which requires that some staff be given passwords to allow them to enter protected databases and issue electronic instructions that commit HMM. Such access rights do not imply that the individual has any authority to give the commitments. They-may commit FIMM only when so instructed by staff that have the Required Authority under these Procedures.

1 of 5

Page 10: Review

March 3 rd , 2014

2. Working outside North America

Working outside North America requires the prior approval of EIMM President and CEO. See also, Procedure 4.02.

3. Appropriate Company

in addition to acceptable contract terms, it is essential that the company has the necessary licenses to work in the State or Province involved. This may require that the legal contract is with a particular corporation within the structure of FiNdivl and that it is signed by a legally authorized Officer of that corporation. This is a legal formality that should present no difficulties providing the approval procedure has been followed as above in item I. Refer to procedure 4.03 Appropriate Company.

4. Also refer to additional project related Directives and Procedures:

4.04 Terms of Engagement No work should commence on any project until written terms of business have been established as

detailed in Procedure 4.04.

Special Types of Project Commitment

Special restrictions or procedures must be observed if the commitment involves or includes any of the

matters covered by Directives 4.05 to 4.19.

4.05 High Value Commitments - Procedure 4.05 4.06 High Liabilities - Procedure 4.06 . 4.07 Working as a Contractor or Developer - Procedure 4,07 4.08 Fitness for Purpose - including certifications - Procedure 4.08

4.09 Liability for Liquidated Damages - Procedure 4,09 4.10 Joint Venture or Other Arrangement by Which the Group is Liable for the Actions of Others -

Procedure 4.10 4.11 Any Significant Uninsured Liability - Procedure 4.11 4.12 Bank Bonds - Procedure 4.12. 4.13 Parent Company Guarantee - Procedure 4.13. 4.14 Environmental Risks - Procedure 4.14 4.15 Work at Unprofitable Fee levels - Procedure 4.15 4.16 Appointment as Engineer for the Works - Procedure 4.16

4.17 Restrictious on oilier Group Business Uoits - s Procedure 4.; -/ 4.18 Investments - Procedure 4.18 4.19 Taking over Staff or Debts of Another Entity - Procedure 4.19 (Also refer to Directive 7.13)

4.20 Integrated Management System - Procedure 4.20. 4.21 Disclaimers on Drawings and Reports - Procedure 4.21. 4.22 Insurance, Claims and Disputes - Procedure 4.22. 4.23 Project Records - Procedure 4.23. 4.24 Services Supplied to the Group (sub-consultants etc) - Procedure 4.24 4.26 Risk Management in Projects (procedure 4.261

2 of 5

Page 11: Review

March 3, 2014

5. Secrecy, Non-disclosure and Confidentiality Agreements

5.1 Hatch Mott MacDonald Standard Secrecy, Non-disclosure and Confidentiality Agreement

The Unit Manager must authorize standard Hatch Mott MacDonald Secrecy, Non-disclosure and Confidentiality Agreements. With explicit approval of the Unit Manager the agreement may be signed by one ofthe signatories on the "list of Authorized Persons to Sign" for each FIMM company. The list is appended to this statement of policy.

5.2 Non-standard Secrecy, Non-disclosure and Confidentiality Agreement

The EIMMG President and CEO, following prior receipt of legal review and acceptance, must authorize all non-standard Secrecy, Non-disclosure and Confidentiality agreements. With explicit approval of the HMMG President and CEO the agreement may be signed by one of the signatories on the "list of Authorized Persons to Sign" for each company. The list is appended to this statement of policy.

5.3 Legal Review

In order to execute an agreement a legal review of the document must have been undertaken in all instances.

6. Facilities Leases

Any new commitments or renewals, including project offices where FIMM is a party to the lease must be approved by a person with Authority Level 1 AND an Officer of Hatch Mott MacDonald Group. Leases require to be executed by the relevant Unit Managing Director AND an Officer of Hatch Mott MacDonald Group. Original signed lease documents shall be forwarded to the Legal department in Iselin, NJ.

7. Employment Authorization

Employment may Gill into one of the following categories:

• 'Permanent' or 'at where employment is for an undefined period and the terms and conditions reflect the ongoing nature of the employment;

• Limited (or fixed term) contract: where the employment is for a defined period and the terms and conditions are adjusted to reflect the limited period of employment. This will also apply to those persons enga ged as consultants who are not self-employed and anyone engaged post retirement;

• Teiriptivary: employment for a period 'usually not exc.:et-cling three mouths; wirh teirms and conditions adjusted accordingly.

Managers are required to submit and obtain signed approval on the appropriate staff requisition form prior to commencement of recruitment.

All proposed non-standard terms of employment are to be submitted to the Director of Corporate Services arid theliMMG President and CEO before being offered prospective employee e.g.:

Tide & Grades F and above Notice Period Bonus commitment ( Signing and or Contracted Bonus)

3 of 5

Page 12: Review

March 3 rd , 2014

• Share commitments • Vacation in excess of three weeks • Relocation

It is the employing manager's responsibility to ensure that the potential employee holds all necessary approvals/authorizations to work legally in the territory concerned.

Specific authorization procedures are outlined in the table below for both staff requisition approval and

signing of offer letters.

All fi ures are in USS and CNDS

Staff up to grade E and salary <$120,000pa Unit Managing Director

All staff with a salary > $120,000pa or grade F and above 1-154-MQ President & CEO

All potential employees, of whatever category, must be issued with a written employment letter detailing the key terms of their employment. All offers of employment must comply with standards issued by the FIR department.

8. Relocation

When EIN,IM requests an employee to relocate, all or part of the costs of relocation may be paid by HivIIVI subject to the agreement by the Unit Managing Director and the IIMMG President and CEO.

4 of 5

Page 13: Review

March 3 rd, 2014

List of Authorized Persons to Sign

Hatch Mott MacDonald Alabama, LLC f/k/a CarlanKillam Consulting Group of Alabama, Inc. (Alabama 1986)

Hatch Mod MacDonald Architects, Inc. f/k/a Paragon Engineering, Inc. (May 31, 2012)

Hatch Mott MacDonald E & P, Corp (Ontario, Canada 1997)

Hatch Mott MacDonald Florida, LLC f/k/a CarlanKillam Consulting Group, Inc. (Florida 1970)

Hatch Mott MacDonald I&E, LLC Vida Elson T. Killam Associates, Inc. (New Jersey 1957)

Hatch Mott MacDonald, LLC. f/k/a Hatch Mott MacDonald T&T, Inc. fik/a Hatch Mott MacDonald, Inc. (Delaware 1972)

Hatch Mott MacDonald Ltd. (Ontario, Canada 1995)

Hatch Mott MacDonald Massachusetts, LLC Cik/a Mott MacDonald Inc. (Massachusetts 1988)

Hatch Mott MacDonald Michigan, LLC (Michigan 1999)

Hatch Mott MacDonald NY Inc. fik/a BAC Kilian' Inc. (New York 1910)

Hatch Mott MacDonald Operating Services, LLC Pk/a Killam Management and Operational Services, Inc. (NJ 1990)

Engineering Northwest Ltd. (Ontario, August 30, 1995)

J.B. Trimble, Inc. (Georgia, June 8, 1970)

Keith B. Higgins & Associates, Inc. (California, April 10, 1986)

Richard P. Ar bet . Associates, Inc. (Colorado, March 17, 1981)

Michael McCarthy Robert McLure Chris Meal ing Albert J. Mellini Chris Metzger Philip Murray Thomas L. Patterson John Pearson Billy Perry James POirier Stephen Polen Dirk Neiman Anthony Purdon Michael Schatz Arthur Silber David Skipper Gary Snyder Christopher Solecki Randy Spence Richard Steinhart Kevin Stovell Kurt StrObele Cara Strom Stephen Taylor Daniel Tempelis Nicolas Theberge M. Joe Toolson Martin Tourangeau John Townsend David Van Rensburg J. Craig Velasquez Michael Vitale Richard Walker James Walsh David P. White Richard Larry Williamson Brian Wolf

Lee W. Abramson Richard Arber Jon Barbalich Charles Baxley Berkeley Beard Albert N. Beninato Eric Betz John Bianchini Michael Broussard Kin Chow James G. Coe Jonathan Davies Nicholas M. DeNiChilo Martin Doble Randall Essex James Forster Frank Frandina Brian Garrod Michael Gennaro Glenda M. Gibson Tomas Gregor Keith Higgins Nathan Higgins Jeffrey T. Hilla Douglas Hinton G. Mark Hitchcock Keith J. Howells Dan Isom David Jurich Kendall Kilpatrick Eric Kleinhenz Colin Lawrence Marco Levoyer Michael Loehr Robert Mainberger Stephen Maass

5 of 5

Page 14: Review

Detail by Entity Name

Page 1 of 3

Detail by Entity Name

Foreign Limited Liability Company

HATCH MOTT MACDONALD, LLC

Filing Information

Document Number M05000004040 FEI/EIN Number 161006700 Date Filed 07/21/2005 State DE Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Filed 10/06/2006 Event Effective Date NONE

Principal Address

111 WOOD AVENUE SOUTH ISELIN, NJ 08830-4112

Changed: 06/26/2013

Mailing Address

111 WOOD AVENUE SOUTH ISELIN, NJ 08830-4112

Changed: 04/17/2014

Registered Agent Name & Address

C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324

Authorized Person(s) Detail

Name & Address

Title Manager

STOVELL, KEVIN 11 WELLESLEY ROAD CROYDON, SURREY CRO 2NW GB

Title Manager

DENICHILO, NICHOLAS M

http://seareh.sunbiz.org/Inquiry/CorporationSeareh/SearehResultDetail/EntityName/forl-m.. . 5/14/2014

Page 15: Review

Detail by Entity Name Page 2 of 3

111 WOOD AVENUE SOUTH ISELIN, NJ 08830-4112

Title Manager

HOWELLS, KEITH J 11 WELLESLEY ROAD CROYDON, SURREY CRO 2NW GB

Title Manager

WHITE, DAVID P 4301 HACIENDA DRIVE PLEASANTON, CA 94588

Title Manager

GATLIN, OTIS 805 DAPHNE AVENUE, PO BOX 1290 DAPHNE, AL 36526

Title Manager

WILLIAMS, RICHARD 11 WELLESLEY ROAD CROYDON, SURREY CRO 2NW GB

Annual Reports

Report Year 2012 2013 2014

Document Images

Filed Date 04/20/2012 04/04/2013 04/17/2014

04/17/2014 --ANNUAL REPORT 04/04/2013 -- ANNUAL REPORT 04/20/2012 -- ANNUAL REPORT 04/29/2011 -- ANNUAL REPORT 03/22/2010 -- ANNUAL REPORT 04/30/2009 -- ANNUAL REPORT 05/01/2008 -- ANNUAL REPORT 04/27/2007 — ANNUAL REPORT 10/06/2006 — REINSTATEMENT 07/21/2005 Foreign Limited

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

View image in PDF format

http://search.sunbiz.or glInquiry/CorporationSearch/SearchResultDetail/EntityName/forl-m.. . 5/14/2014

Page 16: Review

Detail by Entity Name Page 3 of 3

Copyrieht if) and Privacy Policies

State of Florida ; Department or State

http://search.sunbiz.oreInquiry/CorporationSearch/SearchResultDetail/EntityName/forl-m.. . 5/14/2014

Page 17: Review

USA .goy,_ Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

System for Award Management Page 1 of 1

Search Results

Current Search Terms: Hatch* Mott* macdonald* florida* LLC*

Your search for "Hatch Mott' MacDonald' Florida' TLC' returned the following results_

Notice: This printed document represents only the first page of your SAM search results. More results may be available. To . print your complete search results, you can download the PDF arid print it.

testy HATCH MOTT MACDONALD FLORIDA, LLC

Status: Active

DUNS: 061919205 CAGE Code: 1PYKOView Details

Has Active Exclusion?: No DoDAAC:

Expiration Date: 04/09/2015 Delinquent Federal Debt? No

Glossary

Search

Results

Entity

Exclusion

Search

Filters

By Record Status

By Functional Area - Entity Management

By Functional Area - Performance Information

SAM 1 System for Award Management 1.0

IBM vi 1725.201405091910

https://www.sam.Lrov/portal/public/SAM/?portal:componentId=66fdb602-77f6-4ba0-914a-.. . 5/14/2014

Page 18: Review

CONTRACT ADMINISTRATOR (PURCHASING)

7/Debarment Check

Pending (See comments below):(Signature)

Date Received 5— /) 5:/)4

Sent to User Agency

pproved: Sent to Risk Management Agency_

Pending (See comments below

/Approved:(Sig

Comments:

CONTRACTS/AGREEMENTS REQUIRING MAYORAL SIGNATURE FINAL DOCUMENT REVIEW . FORM

(blue)

USER AGENCY

Document Title: Wit) 4=r3 ra,14-611 reouaL) Project____ Lease Other (Check One)

Description: 14) -- 16-1 piap,L5-015(floricu

User Agency (Dept). Contract Cost:$ c)2Q, 44/°' 15

(:)User Agency Contact Person: r\O n04-- Approved by Mayor:

OR Approved By Council: Sent to Contract Administration f) / /f) //41(

(Date, if applicable)

Comments:

RISK MANAGER

Date Received

Sent to User Agency

Sent to Mayor 67/ 67

Rev. 12/18/13

Page 19: Review

Retained

original(s)/copies

Returned to User AgencyS / /

original(s) to Returned

nitials: 6a..)

CONTRACTS/AGREEMENTS REQUIRING MAYORAL SIGNATURE FINAL DOCUMENT REVIEW FORM

(page 2)

MAYOR'S OFFICE (CITY ADMINISTRATOR) Date Received 3.--/lriy Pending (See comments below): Sent to User Agency / /

(Signature)

///Approved: 177 Sent to City AttyA!--./45--//11 (Signature)

Comments:

CITY ATTORNEY

Pending (see comments below):

Date Received — 15 14

Sent to User Agency / /

11::ed as to Form:( ignature)

Comments:

ignature)

Sent Original to City Clerkc- /Zr /91

CITY CLERK

Date Received ec--",D i/

Rev. 12/13


Recommended