Agenda 04/08/2025 Item #16C4 (Begin contract negotiations w/Bowman Consulting group, LTD, Inc. for RFP Contract #25-8335 for CEI Services for the Golden Gate Wastewater Treatment Pland Expansion)4/8/2025
Item # 16.C.4
ID# 2025-833
Executive Summary
Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County
Water-Sewer District, approve the selection committee’s ranking and authorize staff to begin contract negotiations with
the top-ranked firm, Bowman Consulting Group, LTD, Inc., related to Request for Professional Services No. 25-8335,
“CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Expansion,” so that staff can bring a proposed
agreement back for the Board’s consideration at a future meeting. (Projects 70243)
OBJECTIVE: To approve the selection committee’s ranking for RPS No. 25-8335 and to direct staff to negotiate an
agreement to engage professional construction and engineering inspection services for the Golden Gate Wastewater
Treatment Plant (WWTP) Expansion (the “Project”).
CONSIDERATIONS: The Engineering and Project Management Division (“EPMD”) of the Public Utilities
Department will be expanding the existing Wastewater Treatment Plant in Golden Gate City from 1.5 MGD to 5.0
MGD. The top-ranked firm will be responsible for providing all Construction Engineering and Inspection ("CEI")
services required to expand the wastewater treatment plant.
On October 29, 2024, the Procurement Services Division released notices for Request for Professional Services No. 25-
8335, CEI Services for the Golden Gate Wastewater Treatment Plant Expansion. The due date was extended for an
additional 35 days to promote competition. Staff performed additional vendor outreach but only received one proposal
by the January 6, 2025, deadline.
A selection committee met on January 23, 2025, and after deliberating, scored the proposal from the only firm to submit
a proposal in advance of it providing a presentation. On February 24, 2025, the selection committee reconvened for step
2 presentations and ranked the firm as shown below.
Firm Names Final Ranking
Bowman Consulting Group,
LTD., Inc.
1
Staff recommends that the Board approve the selection committee’s ranking and authorize staff to begin contract
negotiations with the top-ranked firm, Bowman Consulting Group, LTD., Inc. Bowman has been providing
professional engineering services in Florida for many years and previously provided services on various County
projects.
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and
Inventory Report (AUIR) and other planning tools to establish and implement plans that concurrently provide public
infrastructure.
FISCAL IMPACT: Funding for the subsequent contract is within the FY2025 Capital Budget. The source of funding
is the Water and Sewer Revenue Bonds, Series 2021 (Fund 4019), Project 70243.
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
Page 2359 of 5277
4/8/2025
Item # 16.C.4
ID# 2025-833
RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing
Board of the Collier County Water-Sewer District, approve the selection committee’s ranking and authorize staff to
begin contract negotiations with the top-ranked firm, Bowman Consulting Group, LTD, Inc., related to Request for
Professional Services No. 25-8335, “CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP)
Expansion,” so that staff can bring a proposed agreement back for the Board’s consideration at a future meeting.
(Projects 70243)
PREPARED BY: Benjamin N. Bullert, P.E., Supervisor – Project Management, Public Utilities Engineering & Project
Management Division
ATTACHMENTS:
1. 25-8335 - Solicitation
2. 25-8335 Final Ranking
3. 25-8335 NORA
Page 2360 of 5277
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR PROFESSIONAL SERVICES (RPS)
In accordance with Florida Statute 287.055
Consultants’ Competitive Negotiation Act
FOR
CEI Services for the
Golden Gate Wastewater Treatment Plant (WWTP) Expansion
RPS NO.: 25-8335
MATTHEW WEBSTER, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8491
Matthew.Webster@colliercountyfl.gov (Email)
This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any
alterations to this document made by the Consultant may be grounds for rejection of proposal,
cancellation of any subsequent award, or any other legal remedies available to the Collier County
Government.
Page 2361 of 5277
SOLICITATION PUBLIC NOTICE
REQUEST FOR PROFESSIONAL
SERVICES (RPS) NUMBER:
25-8335
PROJECT TITLE: CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Expansion
PRE-PROPOSAL CONFERENCE: November 5, 2024 at 11:00 A.M. EST
PRE-PROPOSAL LOCATION: Procurement Services Division
3295 Tamiami Trail East, Bldg. C-2
Naples, FL 34112
RPS OPENING DAY/DATE/TIME: December 2, 2024 at 3:00 P.M. EST
PLACE OF RPS OPENING: Procurement Services Division
3295 Tamiami Trail East, Bldg. C-2
Naples, FL 34112
All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://procurement.opengov.com/
INTRODUCTION
As requested by the Engineering and Project Management Division (hereinafter, the “Division or Department”), the Collier County
Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional
Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the
terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the
Specifications or Scope of Work stated.
The results of this solicitation may be used by other County departments once awarded according to the Board of County
Commissioners Procurement Ordinance, as amended.
BACKGROUND
This project is to complete all construction engineering and inspection services for the expansion at the Golden Gate Wastewater
Treatment Plant.
TERM OF CONTRACT
County reserves the right to modify this scope during negotiations for budgetary reasons.
Prices shall remain firm for the term of the awarded contract.
Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure.
DETAILED SCOPE OF WORK
Collier County Water Sewer District will be expanding the existing WWTP in Golden Gate City from 1.5 MGD to 5.0 MGD. The
proposer shall be responsible for the Construction Engineering Inspection (CEI) Services required for this project.
The CEI team shall provide a Project Administrator whose duties include, but are not limited to the following:
1. Oversee the construction project from start to finish.
2. Schedule and lead pre-construction and project progress meetings,
3. Ensure that all safety, security and quality requirements are being met.
4. Provide all document control services.
5. Ensure all Environmental and Regulatory requirements are being met.
6. Organize and maintain project correspondence throughout project,
7. Coordinate all construction activities with the Engineer of Record and Collier County Project Manager
8. Oversee Construction Inspector(s) including, but not limited to, observe all construction, testing, and start-up and
commissioning activities related to the Project.
9. Shall ensure all daily reports are:
a. prepared on the same day as the construction activity
b. provided by the next business day
10. Shall ensure all other construction documentation will be provided to the County no later than the first working day of the
following week or more frequently if requested by the County.
11. Coordinate all activities with the Public Involvement Officer pertaining to public involvement
Page 2362 of 5277
The Construction Engineering and Inspection team will provide the following tasks:
Task 1- Construction Engineering and Inspection (CEI) Services
1.1 - Construction Observation: The CEI team will conduct on-site observations and inspections of all construction activities
on the Project to ensure that all work is completed in accordance with the Contract Documents. The CEI team with inform
the Engineer of Record (ENGINEER) and County Project Manager (COUNTY) of any concerns related to conformance of
the work with the Contract Documents (a concern or an issue) as an attempt to resolve any concern or issue on-site and shall
inform the ENGINEER and the COUNTY in writing about the concern or issue within eight (8) business hours, but not
more than one business day after the discovery of any concern or issue. ENGINEER will be responsible for investigating
the concern or issue and resolving the same through a written directive to the construction contractor and so inform the
COUNTY and the CEI in writing. This protocol will be initiated any time the CEI becomes aware of any construction that
is unsatisfactory, faulty or defective, does not conform to the Contract Documents, does not meet the requirements of any
inspections, tests or approval required to be made, or has been damaged before final payment. The CEI will maintain a
separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the ENGINEER, including
the written directive resolving the issue or concern.
Preferential scoring will be given to the CEI team that can demonstrate a minimum of five years similar experience with
treatment plant expansion projects
1.2 - Daily Log and Construction Documentation: The CEI will prepare a daily log recording activities and details related
to the work on a form approved in advance by the COUNTY. Information will be recorded in the daily log on each day
construction activities occur. The daily log entries will record all aspects of the construction during that day including, but
not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection
performed, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of
the work, and all relevant details related to the Work. The Daily Log will reference the digital photographs and or video
taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain
information related to: time and hours on the job site, weather conditions, data pertaining to questions of quantities of
materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and
distributors, observations in general and specific observations in more detail as in observing test procedures, conformance
inspection of materials and fitting, name plate data for equipment and material installed, and other information requested by
the COUNTY. The daily log, photograph files and other construction documentation will be provided to the COUNTY by
the CEI on a weekly basis in an electronic file and a printed copy on the first day of the week following the week of daily
logs.
1.3 - Photographic Record: The CEI will provide a comprehensive digital photographic record of all construction activities
related to the Project. The digital file names will be referenced in the daily log along with a brief description of the
photograph, the date and time of the photograph and the name of the photographer. The digital files will be transferred
electronically and submitted weekly to the COUNTY along with the construction documentation. The photographs will be
printed in high resolution color, two captioned photos per 8 ½” x 11” sheet, printed one side only. The prints will be provided
to the COUNTY weekly with the construction documentation. Video will be provided in digital format.
1.4 - General Coordination: CEI will oversee the entire construction project in coordination with the Engineer and County
and prepare and maintain all required documentation to ensure all items are corrected and/or completed. CEI will coordinate
all activities of the Project, between the construction contractor, the ENGINEER and the COUNTY.
1.5 - Observe Regulatory Agency Inspections: The CEI will accompany visiting inspectors representing any regulatory
agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections
in the daily logs.
1.6 – Permit Tracking: The CEI will prepare a permit tracking document tracking all regulatory/governmental permits
included on this project.
1.7 – Pre-Construction Meeting: The CEI will organize and lead the pre-construction meeting with the construction
contractor, design engineer, and the COUNTY to review project objectives, project scope, project contract, County’s
requirements and identify issues that may affect the Project. Pre-Construction agenda will be submitted to the County
Project Manager at least 2 days prior to pre-construction meeting. Pre-Construction meeting minutes will be submitted to
the project team no later than 2 days after the meeting.
1.8 - Construction Progress Meetings: The CEI will organize and lead weekly progress meetings with the construction
contractor, design engineer, and the COUNTY to review project status and identify issues that may affect the Project.
Meeting minutes will be submitted to the project team no later than 2 days after the meeting.
Page 2363 of 5277
1.9 – Other Project Meetings: The CEI will organize and lead other meetings with the construction contractor, design
engineer, and the COUNTY as required to review project status and identify issues that may affect the Project. Meeting
minutes will be submitted to the project team no later than 2 days after the meeting.
1.10 - Project Schedule: The CEI shall be responsible for the review and acceptance of the Contractor’s progress schedule.
The CEI shall review the schedule to ensure that all general work efforts are addressed, that the schedule is following a
logical approach to the job, that it is following sound engineering and construction practices and that it identifies all critical
path work. The CEI shall monitor the schedule on a monthly basis, and after a review with the Contractor, advise the Project
Manager of any areas where the Contractor appears to be falling behind and evaluate any corrective actions.
1.11 - Project Pay Applications: The CEI shall review and recommend to the ENGINEER any payment requested by the
contractor in an Application for Payment before the pay application is submitted to the Clerk’s office. The CEI’s
recommendation of any payment requested in an application for payment shall constitute a representation by the CEI to the
COUNTY & ENGINEER as an experienced and qualified professional, that based on CEI’s onsite observations and
inspections of construction in progress; that the construction quantities in the applications for payment accurately reflects
the progress of the work and that the work is constructed in accordance with the Contract Documents. The CEI will process
pay requests in accordance with the Florida Prompt Payment Act
1.12- Request for Information: CEI shall review, send to ENGINEER, and distribute after receiving ENGINEER’s response
to all Requests for Information (RFI’s) that the Contractor submits. If required by PUD staff, CEI shall ensure ENGINEER
revises construction plans based on response to RFI. CEI shall maintain a complete log of all RFIs, noting the dates of first
submittal and subsequent reviews and resubmittals, approval, etc.
1.13 - Change Orders & Work Directives: Working with the ENGINEER, CEI shall prepare all Change Orders, Work
Directive Changes, and Design Change Notices during the project for the Project Manager’s review and approval. A log of
all change orders and work directives will be maintained and provided at every construction progress meeting.
1.14 - Field & Material Testing: The CEI will confirm all required field testing by the Contractor is being completed in
accordance with the Contract Documents and verify that all materials, equipment and supplies installed or utilized on the
Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the ENGINEER.
Maintain records of all density, sampling and testing accomplished and analyze such records required to ascertain
acceptability of materials and completed work items. The field reports for records of work and testing results shall be
submitted within one week to the Project Manager.
1.15 - Preparation of Monthly Report: CEI shall prepare a monthly report of all the construction activity completed. Sections
in the report should include, but not be limited to, Executive Summary, Contract Cost Status, Project Schedule, Critical
Issues, RFI Status, Submittal Status, Allowance Log, Project Payment Application, Permit Log, Observation Reports and
Project Photos.
1.16 - Plant Shutdown Plans: The CEI shall be responsible for the review and acceptance of the Contractor’s shutdown plans
for this project.
1.17 - Coordination of Shop Drawings, Contract Interpretations and Clarifications: The CEI will coordinate with the
ENGINEER regarding the issuance of interpretations and clarifications of Contract Documents during construction. The
ENGINEER shall be responsible for technical review and decisions regarding interpretation and clarification of Contract
Documents. The CEI shall coordinate the ENGINEER’s decisions and responses with the construction contractor.
1.18 - Monitor Project Records: The CEI shall maintain all required Project records, including but not limited to meeting
minutes, pay applications, change orders, project schedules, permits, delivery schedules, inventories and construction
reports.
1.19 – As Constructed Field Drawings: The CEI shall maintain red pencil “mark-up” notations and sketches on full size
construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by
the CEI to validate the “As Built” documentation provided by the construction contractor. The CEI will notify the
ENGINEER and the construction contractor of any differences in the documents maintained by the general contractor and
the CEI on a weekly basis for resolution by the ENGINEER.
1.20 – Start-up and Commissioning Support: The CEI will lead and assist the COUNTY, the ENGINEER and the
construction contractor during start-up of each segment and the entire project designated for Beneficial Use by the
COUNTY, including but not limited to signing off on regulatory permits and general coordination between the ENGINEER,
COUNTY and construction contractor. The CEI team shall have a person leading this effort to have extensive knowledge of
starting up and commissioning wastewater treatment plants, preferably with a Class A license.
Page 2364 of 5277
1.21 - Substantial Completion Inspections: The CEI will conduct substantial completion inspections when requested by the
construction contractor and the ENGINEER recommends that the work is sufficiently complete to warrant a substantial
completion inspection. During the substantial completion inspection, the Construction Inspector will prepare a punch list of
items requiring completion or correction to the satisfaction of the ENGINEER and the COUNTY. The CEI will be
responsible to ensure all substantial completion requirements are fulfilled by the Contractor as detailed in the construction
agreement and will maintain the punch-list and issuing updates to the punch-list on a weekly basis. The CEI will coordinate
and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the
ENGINEER and the COUNTY.
1.22 – Final Completion Inspection: Upon the request of the construction contractor and concurrence of the ENGINEER
and the COUNTY, the CEI will conduct final inspections of portions of the project, as they are finished to determine if
construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled
all obligations therein. Based on the results of the final inspection, the CEI will judge the work complete or not complete. If
the work is judged complete, the CEI will issue a “notice of final acceptance and recommendation for final payment”. If
the work is judged not complete, the CEI will issue written instructions to the construction contractor identifying the work
judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above
have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been
resolved and the CEI can issue a “notice of final acceptance and recommendation for final payment”.
Task 2- Warranty Services
The CEI will provide warranty services for one (1) year after the final completion of the project construction as listed
below. Work under this item is to include, but not be limited to, the following:
A. Post Construction Walk thru: Generate a list of warranty issues and coordinate with the engineer, and contractor
until the issues are solved.
B. Review the post construction video and pictures provided by the contractor.
C. Keep a log of all warranty issues.
D. One (1) Year Warranty Walk thru with the engineer, contractor and County Staff.
Task 3- Public Relations
CEI and their subconsultant(s), if any, shall complete all required public involvement services throughout the design and
construction phases. The CEI team shall have a Public Involvement person who can demonstrate extensive experience
providing public involvement services of similar size and type to this utility project. Work under this item is to include,
but not be limited to, the following:
A. Preparing a comprehensive mailing list for all property and business owners who will be affected by the
construction with limits as shown on the most current set of construction documents. Mail notices through the
project duration, as directed by the Project Manager.
B. Preparing project contact cards with the project’s logo, hotline, email address and website. Project contact cards
will be given to the County’s contractor to provide to residents/entities inquiring about the project. This will allow
the contractor to continue working uninterrupted and will ensure that the public and media are receiving the most
timely and accurate information. Politically sensitive issues would be immediately brought to the attention of the
project manager.
C. Preparing informational newsletter(s) which describes the project and addresses frequently asked questions. This
task may require coordination with the County public relations officers. All notifications and materials for
distribution must be approved by the project manager.
D. Coordination with property owners and public services affected by construction, (e.g. garbage pickup, USPS, public
schools (buses), development of road closure notices by GMD staff, etc.).
E. Press releases as necessary for notification to the public.
F. Contacting businesses individually, including other contractors in the project area, either personally or by phone,
as necessary to inform those businesses closely affected by the construction activities.
Page 2365 of 5277
G. As directed by the project manager, distribute notices door to door within the project limits and nearby communities
that will be affected by the construction zone and road closures. Within a week of a door-to-door distribution, The
CEI Public Information Officer (PIO) should inspect and remove any door hangers that have not been picked up
by the resident.
H. Manage and maintain a public “Hotline”. All messages and phone calls should be logged.
I. Maintaining the Project Customer Service Log using PUD’s provided template.
J. Respond to public concerns in coordination with the project manager. This includes, phone calls, e-mails, site visits,
meetings, and special reports. All messages left by residents should be answer within the next 24 hours.
K. Attending construction progress meetings, as needed, for the duration of construction.
L. Attending other meetings as needed.
M. Secure site and develop meeting materials for any public meeting. Assist the project manager to set-up of the room
and materials for these meetings.
N. Create web page for project and update it weekly. The updates should include details of the construction and any
notification that has been distributed door-to-door or mailed out.
The CEI PIO is expected to monitor the e-mail and phone Monday through Friday from 7:00am through 7:00pm and
Saturdays from 8:00 am through 12:00 pm.
Task 4- Additional Services
As authorized in writing – In accordance with Article 2 of the Agreement, in the event that other services related to the
project or surrounding areas which may arise during the course of this project; CEI shall submit a proposal to perform
Additional Services prior to the performance of the work. The proposal shall include the specific services to be performed,
time to complete, compensation, and an explanation as to why the services were not previously envisioned as part of the
scope of work. The proposed Additional Services must be approved by the COUNTY’s Project Manager in writing in
advance of performance of said Additional Services. Failure to notify the COUNTY in writing of Additional Services shall
be deemed a waiver of any claim by the CEI that such services were Additional Services. Written authorization from the
COUNTY will be required for any charges that exceed the predetermined upper limit.
Task 5- Miscellaneous Reimbursable Expenses
RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST:
Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal
may be deemed non-responsive
Evaluation Criteria Maximum Points
1. Ability of Professional Personnel 20 Points
2. Certified Minority Business Enterprise 5 Points
3. Past Performance 25 Points
4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points
5. Location 10 Points
6. Recent, Current, and Projected Workloads of the Firm 20 Points
TOTAL POSSIBLE POINTS 100 Points
For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this
advertisement.
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)****
Page 2366 of 5277
Selection Committee
Final Ranking Sheet
RPS #: 25-8335
Title: CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Expansion
Name of Firm Ben Bullert
Shon
Fandrich
Anthony
Stolts
Wayne
Karlovich Mike Raabe Total
Selection
Committee
Final Rank
Bowman Consulting Group, Ltd., Inc. 1 1 1 1 1 5 1.0000
Procurement Professional Matthew Webster Date February 24 2025
Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from
highest being number one (1) to lowest.
Step 2: The procurement professional will review the mathematically calculated final rank and call out the final rank order.
Page 2367 of 5277
Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from
Page 2368 of 5277
Notice of Recommended Award
Solicitation: 25-8335 Title: CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP)
Expansion
Due Date and Time: January 6, 2025, at 3:00 PM
Respondents:
Company Name City County State Final Ranking Responsive/Responsible
Bowman, Consulting Group,
LTD., INC.
Reston /
Naples
Fairfax /
Collier
VA / FL 1 YES/YES
Utilized Local Vendor Preference: Yes No
On October 29, 2024, the Procurement Services Division released notices for Request for Professional Services
(RPS) No. 25-8335, CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Expansion. The
County notified two thousand four hundred and eighty-one (2,481) firms, and one thousand one hundred and
forty (1,140) firms viewed the solicitation information. The due date was extended for an additional 35 days.
Staff performed additional vendor outreach, and one (1) proposal was received by the January 6th, 2025,
deadline. Bowman, Consulting Group, LTD., INC. was found to be responsive and responsible.
The Selection Committee convened on January 23, 2025, and as described in step 1 of the solicitation
documents, the committee scored the proposal and shortlisted the one (1) firm to move to step 2.
On February 24, 2025, the Selection Committee reconvened for step 2, presentations and established a final
ranking as shown above.
Staff is recommending negotiations with the top ranked firm, Bowman, Consulting Group, LTD., INC.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Docusign Envelope ID: 38C3321A-A591-4CCA-ADB1-F7D174FCD775
2/25/2025
2/25/2025
2/25/2025
Page 2369 of 5277