Loading...
Backup Documents 02/14/2017 Item #11C ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNIttaiiittiew 11 '# C Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the CountyAttorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. L t QZ y+ 183.E **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the doc, ^cj Ir,�,d • the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forwar,t.' al sri Routed by Procurement Services to the Office InitialsIDate Following Addressee(s) (In routing order), 1. Risk Risk Management i t -15) 2. County Attorney Office County Attorney Office 111 ` c,,-.1— % r 3. BCC Office Board of County Commissioners--r-c k s/ ' AZ\kVA 4. Minutes and Records Clerk of Court's Office dd a-1 I'_1_ 3 Ih 5. Return to Procurement Services Division Procurement Services Contact: Viviana Giarimoustas PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Barbara Lance ;f r Swain Hall, Phone Number 239-252- 998 Procurement Staff 02/15/2017 Contact and Date Agenda Date Item was 02/14/2017 Agenda Item Number 11.0 Approved by the BCC Type of Document Contract Number of Original 1 Attached Documents Attached PO number or account N/A Solicitation/Contract 16-6622/Big Corkscrew number if document is Number/Company Island Regional Park to be recorded Name Design Services/Q. Grady Minor&Assoc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) , Applicable) 1. Does the document require the chairman's original signature? BL 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency; Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed 0 by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. • 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made N/A during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the i'._..96 Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 ILC MEMORANDUM Date: February 21, 2017 To: Barbara Lance for Swain Hall, Procurement Services From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #16-6622 "Big Corkscrew Island Regional Park Design Services" Contractor: Q. Grady Minor and Associates, P.A. Attached for your records is an original of the referenced contract above, (Item #11C) adopted by the Board of County Commissioners on Tuesday, February 14, 2017. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment Contract # 16-6622 "Big Corkscrew Island Regional Park" ` PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this b day of FQ,bruar , 20! — by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Q. Grady Minor and Associates, P.A., authorized to do business in the State of Florida, whose business address is 3800 Via Del Rey, Bonita Springs, FL 34134 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional design, permitting and project oversight services of the CONSULTANT concerning Big Corkscrew Island Regional Park (BCIRP) (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional design, permitting and project oversight services in all phases of the Project to which this Agreement applies. Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 4 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates Mark Minor a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 2 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1 I C 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 3 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. The Contractor must specifically comply with the Florida Public Records Law to: & 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 4 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. , In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9. As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in 5 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. I lIT the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within 6 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.4. Providing renderings or models for OWNER'S use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 7 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 8 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1 1c 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts 9 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 10 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1ic 4.5. In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the Consultant 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 11 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this 12 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1aIV-, f.a Li Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 13 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1(, 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. 14 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. ARTICLE TEN ' SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in Schedule F. All personnel, subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. 15 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. ry Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to' enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the 16 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth 17 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1 and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. 18 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. 19 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. �41 " ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County Florida Facilities Management Division 3335 Tamiami Trail E #101, Naples, FL 34112 Telephone: 239-252-5857 Fax: 239-252-6666 Attention: Margaret Bishop Email: MargaretBishop@colliergov.net 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: Q. Grady Minor and Associates, P.A 3800 Via Del Rey, Bonita Springs, FL 34134 Phone: 239-947-1144 Fax: 239-947-0375 Attention: Mark Minor Email: mminor@gradyminor.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. 20 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. ARTICLE SEVENTEEN t h MISCELLANEOUS ' ' ,<,Y 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 21 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. 1 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS RFP # 16-6622 "Big Corkscrew Island Regional Park" Terms and Conditions Consultant's Proposal ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or 22 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. t secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties 23 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. (Signature page to follow) 24 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for design, permitting and project oversight services for the Big Corkscrew Island Regional Park (BCIRP) the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR '{ �' � COLLIER COUNTY, FLORIDA, Dwight E. Brock, C Air Date: t. By: // L../ �..✓ Attest as to Chairman'sPenny Tv•r, Chair ► . r signature oily' pprov s toOm m an Leg ity: pxtA °�rt 'bunty Attorney £ c4 Name Q. Grady Minor and Associates, P.A. :1 By:- ( C-2;:- --. Witness po--•�`a S.,;.,i-t.‘o) 'Tt Sh /r,� .��\ -e.V.. Se. v.?. Name and Title Name and Title itness ar T Ct.v;i rV��'�1'KRva Sv"'.A+ I . Name and Title Item# f/ 2 Agenda Date a 14 + Date 11(14 ��- ReC d 411, LAJ Deputy Clerk 25 Agreement#16-6622"Big Corkscrew Island Regional Park' f7 Q.Grady Minor and Associates,P.A. SCHEDULE A SCOPE OF SERVICES Background Big Corkscrew Island Regional Park is located north of Oil Well Road, east of Immokalee Road, and runs South East of the Fairgrounds. The park was originally designed in 2006 but, due to budget restraints, the project was postponed. Several public meetings were held to gain input from interested citizens. The meetings determined that the needs and desires of the public have changed, so the park elements were reevaluated and ranked based on public input. The conceptual master plan has been developed and was approved by the Board of County Commissioners on February 23, 2016. The project area totals approximately 156 acres, which is separated into two sections by a canal. There is a North West section at approximately 49 acres and a South East section at approximately 107 acres. The Big Corkscrew Island Lake is planned for partial fill and restructure to provide additional park land for park components and the storm water management system. The Collier County Water-Sewer District managed by the Public Utilities Department owns the property directly east and north of the proposed park site. This property is planned to have water and wastewater supply and treatment facilities in the future. The planning and layout of the BCIRP will need to anticipate future infrastructure that will need to be constructed within the boundary of the park. Connections to the existing Recycling Facility and Orange Blossom Ranch development will be included in the planning/integration of these access points from both the west and southeast points for infrastructure (water/sewer/roads/pathways/etc.). Elements of BCIRP Phased Design and Construction The master plan includes the top-ranked elements based on public input and will be phased for the design and construction as funding becomes available. Phase I will include the parcel north of the canal and Phase II will be the parcel south of the canal. The Consultant will provide design, permitting and project post design services with final construction bid plans and specifications for Phase I of BCIRP. ❖ Elements of Phase I Phase I, north of the Canal, includes: 1. Pathways and Trails 2. Playground 3. Pavilion/Shelters 4. Amphitheater/Outdoor Movie Watching Lawn, etc. 5. Multi-Purpose Fields (e.g.; Soccer, Football, La Crosse) 6. Dog Park 7. Aquatic Facility 8. Splash Park 9. Amenities (Bike Racks, Concessions, Lockers, etc.) 10. Community Center 11. Outdoor Sporting Courts (Tennis/Pickleball, Basketball) A-1 Agreement#16-6622'Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. t Elements of Phase II (The final construction plans task for this phase is not being awarded under this Agreement and will be competitively solicited separately. The work under these tasks includes initial design, water management, and permitting in order for spatial allocation of park elements and ease of future permitting.) Phase II, south of the Canal, includes: 1. Pathways and Trails (Continued) 2. Multi-Purpose Indoor Sporting Facility 3. Baseball/Softball Complex 4. Outdoor Event Area 5. Lake Configuration (may include fountains) TASK 1 — CONCEPT PLAN AND COORDINATION (PRELIMINARY DESIGN) The work under this item generally includes the project initiation meetings, establishing communications protocol, preliminary design administrative functions, data collection and coordination of project documents, preliminary public input, development of the preliminary plans including new conceptual site plan, approximate building dimensions, identification of site features, traffic and pedestrian flows, water quality treatment methods, preliminary phasing and rough costs and schedules. Preliminary design will include the following tasks: • Predesign Meeting with client • Program Verification • Conceptual Design (2 plans). This would not include any Phase 2 design. • Public Meetings • Surveys • Geotechnical Testing • Construction Cost Estimate for Concept Plan TASK 2 — SCHEMATIC DESIGN —30% SUBMITTAL The work under this task the Consultant, including the appropriate subconsultants, includes the beginning of regular progress design review meetings. Project material and data produced and collected in Item 1 will be formally distributed along with the project schedule and preliminary site plan. All disciplines will be represented during the initial review meeting and sub-tasks will be issued and discussed with each discipline representative. The preliminary building plans will be advanced to a 30% completeness level including production of conceptual building elevations, floor plans, sections, approximate areas and basic service elements (i.e. building systems consisting of HVAC, plumbing, electrical, fire protection, life safety and general space requirements). Likewise the site plan will advance including layout of site features (athletic venues, open space, playgrounds, pools, etc.), parking and driveways, sidewalks, paths, main road, drainage, utilities, fencing, signage, service connections to building, site lighting, site fire protection, cross-sections and landscape. Consideration will be given to alternative system, materials and maintenance requirements. A full review of the plans and document against Collier County Government Buildings Design and Construction Requirements manual to ensure compliance will occur at all completeness levels. Initial development of project specifications, refinement of the project schedule and updating the construction cost estimate will occur. A-2 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. IPre application meetings will be conducted with permitting agency utilizing 30% documents. C Schematic Design will include the following tasks and deliverables: • Attend one (1) Predesign Meeting with client • Program Verification • Vertical Standards Review • Schematic Design Concept based on approved concept plan • One (1) Site Engineers Report • Topographic Survey review • Environmental Assessment • Permitting Requirements • Preliminary Code Review • FAC/FBC occupant load calculations • Plumbing Code review, fixture calculations • Preliminary CPTED Review • One (1) Design Meeting with County staff • Preliminary Design & Budget • Value Engineering Alternatives • Schematic Design Presentations, 30% Submittal • One (1) Design Concept Plan • Preliminary Budget • Color Renderings (3) • Two (2) Presentations to County Staff& Stakeholders • Revisions as needed • One (1) Presentation to Board of County Commissioners TASK 3 — DESIGN DEVELOPMENT- 60% SUBMITTAL Design Development generally includes advancing the project to a 60% design completeness level. The site plan set will include the final site plans, grading designs, grading, paving and drainage designs and details, detailed plan views of the athletic and recreational site features, utility capacity analysis, routing and sizing, coordination of civil elements with architectural and MEP requirements, detailed plan view landscape plans, irrigation water source and irrigation plans, site fire protection, site lighting, coordination with FPL, Comcast, TECO gas and Century Link. The building plans will include detailed floor plans, establishing relationships, forms, size and appearance of the buildings throughout the park, detailed elevations along with color renderings, material selections and equipment layout. The basis structural systems will be established including foundation design criteria, sizing of major structural components and clearances. The MEP will finalize raceways, required space, major components, equipment layouts, energy conservation considerations, vibration and acoustical control and visual impacts. The plans will include electrical layout along with fixture selections, panel sizing and circuitry. Design Development will include the following tasks: • Geotechnical Report • Architectural Plans • Aquatic Center Plans • Civil Engineering • Landscape Design • Irrigation Plan • Lighting Plan A-3 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. • Value Engineering Review I " • Facilities Management and & Parks & Rec Review, 60% Submittal , 4a tAi • Presentation to County (1) • Plans, Elevations • Construction Cost Estimate TASK 4 - CONSTRUCTION DOCUMENTS- 90% SUBMITTALS Construction documents generally include detailing the plans and completing project permitting. The construction documents will consist of all drawings, specifications and other documents describing requirements for construction of project in preparation for bidding. The drawings will be coordinated with all disciplines, QA/QC performed allowing issuance of the final documents. The final Opinion of Probably Construction costs will be completed. The following tasks are included in this item: • Civil Engineering • Aquatic Center Plans • Landscape Design • Irrigation Plan • Lighting Plan • Building Construction Documents • Architectural Design - Building Code and Fire Code compliance data - Occupant Load & Egress Calculations - ADA Compliance Details - Floor Plans - Elevations (4) - Building Section - Wall Sections & Details - Roof& Gutter Details - Door Schedule & Details - Louver Schedule & Details - Finish Schedule & Details - Accessory Schedule & Details - Locker Elevations & Details - Toilet Partition Elevation & Details - Vanity Counter Details - Interior Elevations • Structural Engineering - Foundation Plan and Schedule - Roof Framing Plan and Anchor Schedule - FBC Ch. 16; Wind Load Calculations - Sections, Details • Plumbing Engineering - Domestic Water Plan and Details - Sanitary Water Plan and Riser Diagrams - Hot Water and Recirculating Pump Design - Fixture Schedule, Notes, Details • Ventilation Engineering - Exhaust Fan System and Details • Electrical Engineering - Load Calculations A-4 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. - Pool Area Lighting 4 - Exterior Building Lighting - Interior Building Lighting - Electrical Plans, Power and Data - Electrical Riser Diagrams - Panel Schedules o Restroom Building Power o Pool Area Lighting o Pool Equipment Panel • Technical Specifications;Arcom/AIA MasterSpec, CSI Format • Facilities Management Review, 90% Submittal • Presentation to County, 90% Submittal - Plans, Specifications - Construction Cost Estimate TASK 5—PERMITTING Following is the list of processes, documents and permits required for this project. Note that the ERP and COE permitting would include only Phase 1. Water Management permitting will ultimately include ancillary items to Phase 1 to facilitate permitting of the surface water management system to include a lake, pretreatment and other facilities on the County's contiguous property. The SDP would be for Phase 1 only with Phase 2 as future and not part of the permitting. The following tasks are included under this item: • SDPA Pre-Application Meeting • SDPA Documents and Exhibits - Topographic Survey - Grading, Drainage, and Utilities - Traffic Impact Statement. • Architectural Design • SDPA Floor Plan & Exterior Elevations • Color Sample Submittal for County review • Alternative/Deviation Application • SFWMD Permit, ERP Water Management Documents • SFWMD Water Use Permit • COE Permit • USFWS Permit • Collier County Building Permit • Prepare and submit Health Department permit applications for pools • Prepare building permit applications and attachments • Prepare and submit Building Permit application and related documents • Responses to Code Officials TASK 6— BIDDING - 100% SUBMITTALS The work under this item generally consists of assisting client in obtaining bids and in awarding and preparing contracts for construction. We assume this project will be a competitive bid and not involve a Construction Manager at Risk. That process involves extensive meetings and possible changes that are not included in this scope. A-5 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. i More specifically the services will include organizing bidding documents, preparation of Addenda as may be required during bidding, attending the pre-bid conference, respond to questions, attend bid opening, review and evaluate bids and make recommendation on award of contract. The following tasks are included under this item: • Plans • Specifications • Construction Cost Estimate • Bidding Meetings • Responses to bidders questions once each week • Review bids TASK 7 -ANCILLARY TASKS The work under this item generally includes final coordination of utility providers service construction drawings, conduit plans and easement needs. In association the final communications requirements will be completed including security. The following tasks are included under this item: • Signage • FPL Coordination • Generator • Technology Design and Layout • Gates, Security and Fencing TASK 8 - POST DESIGN SERVICES This item is for services during construction as Architect and Engineer of Record. CEI is to be provided by others. The following tasks are included under this item: • Pre-construction Meeting (1) • Progress Meetings onsite, twice each month (2 x 18) • Observe General Construction Progress, Field Reports, weekly, (4 x18) • Observe Specific Pool Construction Progress, ADE Field Reports (6) • Reinforcing steel • Equipment/Piping Progress • Piping & Pressure Test • Tiles in Place • Pre-Plaster • Substantial Completion • Review Contractors Schedule and Shop Drawings • Review Contractors Monthly Payment Applications (18) • Review Contractors Change Order requests, as needed • Respond to Contractors Requests for Information • Punchlist & Substantial Completion meeting onsite (1) • Certifications required for permit closeout • Review Closeout Documents and Warranties • Review Contractors As-Built Records • Update AutoCAD Record Document As-Built files • Final Acceptance Meeting Onsite (1) A-6 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. 4 • 12- month Warranty Review Onsite, Report . TASK 9 -ALLOWANCES Additional Services requested and approved by County on T/M Basis: • Plan Revisions made after approval of Preliminary Plan Submittal • Plan Revisions made after approval of 30% Submittal • Plan or Detail Revisions made after approval of 60% Submittal • Additional Meetings with Stakeholders • Additional Design Studies or Renderings • Park Utility Changes • Public Interest Changes • Landscape Changes Increased Scope of Work, ie Ticket Kiosk, Building Changes, etc TASK 10 - PROJECT ADMINISTRATION This task includes coordination of various team members activities. SUBCONSULTANTS • Barth &Associates Park Planning Gainesville, Florida • Aquatic Design Engineering, Inc. Swimming Pool Engineer Orlando, Florida • Victor Latavish, Architect, AIA Architect Naples, Florida • JRL Associates, Inc. Landscape Architect Naples, Florida • Collier Environmental Consultants Environmental Naples, Florida • Forge Engineering Geotechnical Naples, Florida • Leathers &Associates Playground Design Jupiter, Florida • Hollis Engineering Consultants, Inc. Lighting Fort Myers, Florida A-7 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. TASK 11 — REIMBURSABLE EXPENSES The reimbursables shall be billed at actual cost with no mark-up and in accordance with Schedule B of the Agreement. • Copies, plotting media, prints; • Postage, Shipping, Courier; and • Travel Expenses limited to Aquatic Design Engineering Subconsultants END OF SCHEDULE A A-8 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the Lump Sum and Time and Material payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to OWNER'S reasonable satisfaction. Task Task Description Lump Sum Time and Payment Schedule Materials Not To Exceed 1. Concept Plan and $244,478.00 Monthly Upon Percent Coordination Complete of Task 2. 30% Schematic Design $554,971.00 Monthly Upon Percent Complete of Task 3. 60% Design Development $668,017.00 Monthly Upon Percent Complete of Task 4. 90% Construction $641,973.00 Monthly Upon Percent Documents Complete of Task 5. Permitting $381,526.00 Monthly Upon Percent Complete of Task 6. 100% Construction Bidding $182,088.00 Monthly Upon Percent Complete of Task 7. Ancillary Tasks $128,195.00 Monthly Upon Percent Complete of Task 8. Post Design Services $220,944.00 9. Allowances $485,000.00 10. Project Administration $94,870.00 11. Reimbursable $28,000.00 TOTAL FEE (Total Tasks $2,801,248.00 $828,814.00 1-11) B-1 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates,P.A. COO IC B.2.2. The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section B.3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6 Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B-2 Agreement#16-6622'Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the OWNER. B-3 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. Attachment 1Vol SCHEDULE B CONSULTANT'S) HOURLY RATE SCHEDULE Standard Hourly Title Rate Principal $ 175.00 Senior Project Manager $ 155.00 Project Manager $ 145.00 Senior Engineer $ 135.00 Landscape Architect $ 135.00 Engineer $ 115.00 Senior Inspector $ 85.00 Inspector $ 70.00 Senior Planner $ 125.00 Planning Technician $ 95.00 Senior Designer $ 115.00 Designer $ 95.00 Environmental Specialist $ 115.00 Survey Technician $ 95.00 Senior GIS Specialist $ 125.00 GIS Specialist $ 100.00 Project Administrator $ 70.00 Clerical $ 60.00 Senior Survey Technician $ 105.00 Surveyor and Mapper $ 130.00 CADD Technician $ 85.00 Survey Crew - 2 man $ 130.00 Survey Crew - 3 man $ 155.00 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant. Subconsultant fees are included in the Schedule B, Section B.2.1. Invoices for subconsultant services which have been provided on a Time and Materials basis shall include a reference to the appropriate task at the time the invoice is submitted, along with the appropriate associated hourly rate. END OF SCHEDULE B B-4 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days Task For Completion Dfrom Date of Description Notice to Proceed for Services under this Agreement 1 Survey 60 Days 2 Preliminary Design 50 Days 3 Environmental Survey 69 Days 4 30% Design 66 Days 5 60% Design 90 Days 6 SFWMD Permitting 180 Days 7 COE Permitting 520 Days 8 SDP Permitting 195 Days 9 90% Design 95 Days 10 100% Design 60 Days 11 Bidding 73 Days 12 Construction 424 Days C-1 Agreement#16-6622'Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. SCHEDULE D - rL INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein D-1 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. D-2 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? _X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. D-3 Agreement#16-6622'Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. IC (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable X Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: Single Limit per Occurrence $300,000 Products/Completed Operations Aggregate $300,000 Aggregate $300,000 Single Limit per Occurrence $500,000 Products/Completed Operations Aggregate $500,000 Aggregate $500,000 X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 D-4 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates,P.A. 1 C (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Board of County Commissioners, Board of County Commissioners in Collier County, or Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (4) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (5) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? Yes X No D-5 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: Bodily Injury & Property Damage - $ 500,000 Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: X $1,000,000 each claim and in the aggregate D-6 Agreement#16-6622`Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. } (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and D-7 Agreement#16-6622"Big Corkscrew Island Regional Park" Q.Grady Minor and Associates, P.A. I �M Y OWNER'S insurance representative, to pursue the maximum credit available from the Y professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-8 Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Q. Grady Minor and Associates, P.A., hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning Big Corkscrew Island Regional Park (BCIRP) are accurate, complete and current as of the time of contracting. Q. Grady Minor and Associates, P.A. BY: h:t.4•4.• '4c1�. TITLE: S+'• V, tom' . DATE: 2 f z--1►1 Agreement#16-6622"Big Corkscrew Island Regional Park"` Q. Grady Minor and Associates,PA, SCHEDULE F 1p KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS % OF NAME PERSONNEL CATEGORY TIME MARK MINOR PRINCIPAL 1.4 MICHAEL DELATE PROJECT MANAGER 8.8 DANIEL FLYNN SENIOR ENGINEER 7.9 RICHARD IBACH ENGINEER 7.5 KATHY MACE SR. CADD TECH 25.2 KEVIN MILLER DESIGN CAD 24.6 DON SAINTENOY SURVEYOR 1.1 RALPH MOWLS FIELD SURVEYOR 1.4 KIM SCHER ADMINISTRATIVE 4.7 DAN NOVAKOVICH LANDSCAPE ARCHITECT 6.6 MARIANO ACOSTA L.A. CAD TECH 10.8 SUBCONSULTANTS BARTH AND ASSOCIATES AQUATIC DESIGN ENGINEERING, INC. VICTOR LATAVISH ARCHITECT, AIA JRL ASSOCIATES, INC. COLLIER ENVIRONMENTAL, INC. FORGE ENGINEERING, INC. LEATHERS AND ASSOCIATES HOLLIS ENGINEERING CONSULTANTS, INC. DAN MORGAN, AGRONOMIST F-I Agreement#16-6622"Big Corkscrew Island Regional Park" Q. Grady Minor and Associates, P.A. i 1 i'''' /��.��, QGRADYM-01 D2POBREGON Al..ORO" DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 02/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#L077730 CONTACT Dawson of Florida,NaplesPHON 6609 Willow Park Drive#201 (A/C,No,Eat):(800)226-6117 FAX No):(239)261-2803 Naples,FL 34109 E-MAILDSS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:National Trust Insurance Company 20141 INSURED INSURER B:FCCI Insurance Company 10178 Q Grady Minor&Associates PA INSURER C:Maxum Indemnity Company 26743 3800 Via Del Rey INSURER D: Bonita Springs,FL 34134 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD IMM/DD/WWI IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE _ $ 1,000,000 CLAIMS-MADE X OCCUR GL0005673 04/05/2016 04/05/2017 DAMAGE TO RENTED 100,000 X PREMISES(Ea occurrence) $ X ContractualMED EXP(Any one person) $ 5,000 X Liabillity PERSONAL&ADV INJURY $ 1,000,000 GEM_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X TarLOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ CMBINED A AUTOMOBILE LIABILITY Ea acccdentSINGLE LIMIT $ 1,000,000 X ANY AUTO X CA0008906 04/05/2016 04/05/2017 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS � BODILY INJURY(Per accident) $ AUTOY X NON-Q S ONLONES PROPERTY DA X (Per accident) $ $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE UMB0005343 04/05/2016 04/05/2017AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ B WORKERS COMPENSATION X PERTUTE X OTTH- AND EMPLOYERS'LIABILITY 001WC16A57813 04/05/2016 04/05/2017 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Professional Liab PFP602415603 04/05/2016 04/05/2017 Per Claim 2,000,000 C Professional Liab PFP602415603 04/05/2016 04/05/2017 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners,.Is included as an additional insured under the General Liability and Automobile Liability policies on primary and non-contributory basis if and to the extent required bt written contract. CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of CountyCommissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trl E Naples,FL 34112 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. CIL County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 16-6622 Big Corkscrew Island Regional Park Matthew Catoe, Procurement Strategist (239) 252-8929(Telephone) (239) 252-6421 (Fax) matthewcatoe@colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Proaaeme t&Woes Divisim•3327 Tantami Trail East•Naples,Florida 34112-4901•239-2524!407•www.cdrrergov.neUprocurementsennces CCNA(Revision 01202016) I a .< Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 11 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 15 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 19 ATTACHMENT 1:CONSULTANT'S NON-RESPONSE STATEMENT 27 ATTACHMENT 2:CONSULTANT CHECK LIST 28 ATTACHMENT 3:ORGANIZATIONAL CONFLICT DISCLOSURE AFFIDAVIT 29 ATTACHMENT 4:CONSULTANT DECLARATION STATEMENT 30 ATTACHMENT 5:IMMIGRATION AFFIDAVIT CERTIFICATION 32 ATTACHMENT 6:CONSULTANT SUBSTITUTE W—9 33 ATTACHMENT 7:INSURANCE AND BONDING REQUIREMENTS 34 ATTACHMENT 8:REFERENCE QUESTIONNAIRE 36 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 2 11C Collier County Administrative Services Department Procurement Services Division Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide 16-6622 Big Corkscrew Island Regional Park will be received until 3:00PM, Naples local time, on June 7, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 16-6622 Big Corkscrew Island Regional Park Services to be provided may include, but not be limited to the following: Provide engineering services as required for design, permitting and project oversight services for the new Big Corkscrew Island Regional Park (BCIRP). ® A pre-proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /S/ Joanne Markiewicz Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on May 6, 2016. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 3 lic Exhibit I: Scope of Work, Specifications and Response Format As requested by the Parks and Recreation Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "REP") 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 Purchasing Policy. Brief Description of Purchase The Collier County Parks and Recreation Division is seeking qualified firms capable of providing engineering services as required for design, permitting and project oversight services for the new Big Corkscrew Island Regional Park (BCIRP). The proposal must identify architectural, environmental, civil, electrical, plumbing, structural and landscape architecture for the complete design and required permits. The selected firm will function as part of the project team in cooperation with the Owner to achieve a quality, cost effective product. Background Big Corkscrew Island Regional Park is located north of Oil Well Road, east of Immokalee Road, and runs South East of the Fairgrounds. The park was originally designed in 2006 but, due to budget restraints, the project was postponed. Several public meetings were held to gain input from interested citizens. The meetings determined that the needs and desires of the public have changed, so the park elements were reevaluated and ranked based on public input. The conceptual master plan has been developed and was approved by the Board of County Commissioners on February 23rd, 2016. The project area totals approximately 156 acres, which is separated into two sections by a canal. There is a North West section at approximately 49 acres and a South East section at approximately 107 acres. The Big Corkscrew Island Lake is planned for partial fill and restructure to provide additional park land for park components and the storm water management system. The Collier County Water-Sewer District managed by the Public Utilities Department owns the property directly east and north of the proposed park site. This property is planned to have water and wastewater supply and treatment facilities in the future. The planning and layout of the BCIRP will need to anticipate future infrastructure that will need to be constructed within the boundary of the park. Connections to the existing Recycling Facility and Orange Blossom Ranch development will be included in the planning/integration of these access points from both the west and southeast points for infrastructure (water/sewer/roads/pathways/etc.). 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 4 Organizational Conflict Review Prior to the issuance of this request for proposal, the County entered into short term work orders with Agnoli, Barber, & Brundage and Stantec to provide the following services: collect data, conduct public workshops and meetings, develop preliminary conceptual design, present findings and provide preliminary budgets. The County's Procurement Services Division Director reviewed a number of federal agency and grant related authorities regarding organizational and consultant conflicts of interest. In most cases, but more specifically, in the case of the Federal Acquisition Regulations 9.054 and 9.505, it is the contracting officer's responsibility to "avoid, neutralize or mitigate significant conflicts before the contract award," with the underlying principle of preventing an unfair competitive advantage [in this case to Agnoli, Barber& Brundage and Stantec]. The Procurement Director has reviewed associated documents and meeting minutes prepared by both consultants and has taken the following action to mitigate and neutralize any conflicts, or perceived conflicts, by implementing the following action items: • The Procurement Strategist has Identified in this document [request for proposal] that both Stantec and Agnoli, Barber & Brundage had County short term and specific work orders related to the Northeast Service Area/ Big Corkscrew Regional Park; • The Procurement Director has modified the original Selection Committee membership; and, • All documents provided and created by both firms will be made available to any prospective consultants during the solicitation process at the following web address: https://drive.google.com/open?id=OB 1DVAYq vIFMkhHaFFvQnZEZFE. Elements of BCIRP Phased Design and Construction The master plan includes the top-ranked elements based on public input and will be phased for the design and construction as funding becomes available. Phase I will include the parcel north of the canal and Phase II will be the parcel south of the canal. The Consultant will provide design, permitting and project post design services with final construction bid plans and specifications for Phase I of BCIRP. ❖ Elements of Phase I Phase I, north of the Canal, includes: 1. Pathways and Trails 2. Playground 3. Pavilion/Shelters 4. Amphitheater/Outdoor Movie Watching Lawn, etc. 5. Multi-Purpose Fields (e.g.; Soccer, Football, La Crosse) 6. Dog Park 7. Aquatic Facility 8. Splash Park 9. Amenities (Bike Racks, Concessions, Lockers, etc.) 10. Community Center 11. Outdoor Sporting Courts (Tennis/Pickleball, Basketball) 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 5 ❖ Elements of Phase II Phase II, south of the Canal, includes: 1. Pathways and Trails (Continued) 2. Multi-Purpose Indoor Sporting Facility 3. Baseball/Softball Complex 4. Outdoor Event Area 5. Lake Configuration (may include fountains) Detailed Scope of Work The Consultant will design Phase I based on the layout of the conceptual master plan. The project will require all necessary Federal, State and Local permits. Submittals will include 30%, 60% and 90% design drawings with an updated cost estimate at each submittal. Final approval will be obtained from the County at the 30/60/90% design phase before moving to the next level. Final construction bid plans and specifications for the components of Phase I will be delivered in a timely manner. Deliverables may include, but are not limited to: • Geotechnical Report • Topography Survey • Environmental Assessment • Design Alternatives with budgetary estimates • 30%, 60%, and 90% plan reviews with estimates • Public Information Meeting Results • All permits • Construction Bid Plans & Specifications • Identification of future utility corridors Permitting Apply and obtain all necessary State, Local and Federal permits by submitting construction plans, water quality calculations with supporting environmental reports, and any other materials required by the permitting agencies. Permits may include, but are not limited to: • SFWMD Environmental Resource Permit • USACOE ERP • FDEP Wastewater • FDEP Water Distribution System • CC SDP • Utilities—Water, Sewer, Electric permits • CC Building Permits • FEMA requirements • FWS • FWCC 16-6622 Big Corkscrew Island Regional Park REP CCNA Template_01202016 6 arta S Building design must be in compliance with the current, applicable Codes and Standards: • Collier County Vertical Standards • Collier County IT Construction Standards • Collier County Utility Standards • Florida Building code including FBC Plumbing, and National Electrical Code NEC • ADA—Americans with Disabilities Act ❖ Architectural Plans must be in accordance with Collier County regulatory requirements. ❖ Landscaping Plans must be in accordance with Collier County regulatory requirements. Bid Phase Services > Issue completed bid documents including permit approvals ➢ Prepare Base Bid and Alternate Bid Schedule > Attend Pre-bid Meeting ➢ Respond to Q&A within 3 days > Prepare Addenda ➢ Review Bids and Alternates > Recommendation for Award Post Design Post Design services to include permitting, bidding, shop drawing review, RFI's, review and approve pay applications, project closeout documents, as-built drawing in CAD and PDF format, and all final certifications. Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs only. Prices shall remain firm for the entire term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice May 6, 2016 Last Date for Receipt of Written Questions June 1, 2016, 5:00PM, EST. Addendum Issued Resulting from Written Questions June 3, 2016 Solicitation Deadline Date and Time June 7, 2016, 3:00PM, EST. Anticipated Evaluation of Submittals June 2016 Consultant Presentations if Required TBD 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 7 C Anticipated Completion of Contract Negotiations TBD Anticipated Board of County Commissioner's Contract TBD Approval Date Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter/ Management Summary In this tab, include: • Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. 2. Tab II, Firm Credentials and Experience (30 Points) In this tab, include: • Provide a "not to exceed"two page "Firm Credential and Experience" narrative that identifies and highlights the firms credentials and experience relative to park design, permitting, success and cost-effectiveness. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 8 1 1 C • Provide the resumes of key individual and qualifying experience relative to park facilities that are available resources and assigned to this project. Include details of unique benefits that the firm offers on this project. • Provide information that documents Consultant's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. 3. Tab III, Parks Projects and Experience (35 Points) In this tab, include: • Provide current list of projects in the format identified below that includes sufficient detailed description and outlines the firms experience in the design of park facilities, success and cost effectiveness. Include start date, end date, original budget, final project cost, and number of change orders. • Description of the proposed contract team and the role to be played by each member of the proposed team. • Describe the various team members' successful experience in working with one another on previous projects. ProjectOriginal Final project Number of Start Date End Date mange Description Budget Cost Orders 4. Tab IV, Capacity, Availability and Responsiveness (25 Points) • Provide a "not to exceed" one page narrative that identifies the capacity of the firm and demonstrated responsiveness to county needs and availability of resources. 5. Tab V, References—5 Completed and Returned (10 Points) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 9 f r 5.. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Total Consultant Name Reference Score Points Awarded Consultant ABC 445 10 Consultant DEF 435 9.6 Consultant GHI 425 8.1 Consultant JKL 385 7.3 Consultant MNO 385 7.3 Consultant PQR 250 5.2 Note:Sample chart reflects a 10 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and memorandum of understanding (MOU) • Attachment 6: Consultant Substitute W-9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 10 I 1 C Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.collieroov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 3. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 4. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 5. Delivery of Proposals All proposals are to be delivered before 3:00PM, Naples local time, on or before June 7, 2016 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Matt Catoe Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 11 A 1 • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled "Master," and six (6) USB flash drives with one copy of the proposal on each drive in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 6. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 7. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 8. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2. The Request for Proposal is issued. Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. 3. Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the Purchasing Building and on the County's Procurement Services Internet site. 4. Prior to the first meeting (Organization Meeting) of the selection committee, the Procurement professional will post a notice announcing the date, time and place of 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 12 the meeting at least three (3) working days prior to the meeting. At the initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice. 5. Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 6. At the scheduled selection meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. At the conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. 7. At the conclusion of public comments (provided for in number 7), the selection committee members will individually rank order each proposer. Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. 8. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. 9. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 10. The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 13 I n .- i Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 9. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 10. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab I, Cover Letter/ Management Summary Tab II, Firm Credentials and Experience 30 Points Tab III, Parks Projects and Experience 35 Points Tab IV, Capacity, Availability and Responsiveness 25 Points Tab V, References 10 Points TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11.Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 14 lic Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer regulations. Risk of loss of any goods This offer is subject to cancellation by the sold hereunder shall transfer to the COUNTY without notice if not accepted by COUNTY at the time and place of VENDOR within fourteen (14) days of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the COUNTY nonetheless remain with 2. Acceptance and Confirmation VENDOR. This Purchase Order (including all b) No charges will be paid by the COUNTY documents attached to or referenced for packing, crating or cartage unless therein) constitutes the entire agreement otherwise specifically stated in this between the parties, unless otherwise Purchase Order. Unless otherwise specifically noted by the COUNTY on the provided in Purchase Order, no invoices face of this Purchase Order. Each delivery shall be issued nor payments made of goods and/or services received by the prior to delivery. Unless freight and COUNTY from VENDOR shall be deemed to other charges are itemized, any be upon the terms and conditions contained discount will be taken on the full amount in this Purchase Order. of invoice. c) All shipments of goods scheduled on the No additional terms may be added and same day via the same route must be Purchase Order may not be changed except consolidated. Each shipping container by written instrument executed by the must be consecutively numbered and COUNTY. VENDOR is deemed to be on marked to show this Purchase Order notice that the COUNTY objects to any number. The container and Purchase additional or different terms and conditions Order numbers must be indicated on bill contained in any acknowledgment, invoice of lading. Packing slips must show or other communication from VENDOR, Purchase Order number and must be notwithstanding the COUNTY'S acceptance included on each package of less than or payment for any delivery of goods and/or container load (LCL) shipments and/or services, or any similar act by VENDOR. with each car load of equipment. The COUNTY reserves the right to refuse or 3. Inspection return any shipment or equipment at All goods and/or services delivered VENDOR'S expense that is not marked hereunder shall be received subject to the with Purchase Order numbers. COUNTY'S inspection and approval and VENDOR agrees to declare to the payment therefore shall not constitute carrier the value of any shipment made acceptance. All payments are subject to under this Purchase Order and the full adjustment for shortage or rejection. All invoice value of such shipment. defective or nonconforming goods will be d) All invoices must contain the Purchase returned pursuant to VENDOR'S instruction Order number and any other specific at VENDOR'S expense. information as identified on the Purchase Order. Discounts of prompt To the extent that a purchase order requires payment will be computed from the date a series of performances by VENDOR, the of receipt of goods or from date of COUNTY prospectively reserves the right to receipt of invoices, whichever is later. cancel the entire remainder of the Purchase Payment will be made upon receipt of a Order if goods and/or services provided proper invoice and in compliance with early in the term of the Purchase Order are Chapter 218, Fla. Stats., otherwise non-conforming or otherwise rejected by the known as the "Local Government COUNTY. Prompt Payment Act," and, pursuant to 4. Shipping and Invoices the Board of County Commissioners a) All goods are FOB destination and must Purchasing Policy. be suitably packed and prepared to secure the lowest transportation rates 5. Time Is Of the Essence and to comply with all carrier 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 15 I 1 11 Time for delivery of goods or performance of the Occupational Health and Safety Act, the services under this Purchase Order is of the Federal Transportation Act and the Fair essence. Failure of VENDOR to meet Labor Standards Act, as well as any law or delivery schedules or deliver within a regulation noted on the face of the Purchase reasonable time, as interpreted by the Order. COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available 9. Advertising to it at law or in equity. VENDOR agrees to No VENDOR providing goods and services reimburse the COUNTY for any expenses to the COUNTY shall advertise the fact that incurred in enforcing its rights. VENDOR it has contracted with the COUNTY for further agrees that undiscovered delivery of goods and/or services, or appropriate or nonconforming goods and/or services is not make use of the COUNTY'S name or other a waiver of the COUNTY'S right to insist identifying marks or property without the upon further compliance with all prior written consent of the COUNTY'S specifications. Purchasing Department. 6. Changes 10. Indemnification The COUNTY may at any time and by VENDOR shall indemnify and hold harmless written notice make changes to drawings the COUNTY from any and all claims, and specifications, shipping instructions, including claims of negligence, costs and quantities and delivery schedules within the expenses, including but not limited to general scope of this Purchase Order. attorneys' fees, arising from, caused by or Should any such change increase or related to the injury or death of any person decrease the cost of, or the time required for (including but not limited to employees and performance of the Purchase Order, an agents of VENDOR in the performance of equitable adjustment in the price and/or their duties or otherwise), or damage to delivery schedule will be negotiated by the property (including property of the COUNTY COUNTY and VENDOR. Notwithstanding or other persons), which arise out of or are the foregoing, VENDOR has an affirmative incident to the goods and/or services to be obligation to give notice if the changes will provided hereunder. decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) 11. Warranty of Non-Infringement days from the date the change is ordered or VENDOR represents and warrants that all within such additional period of time as may goods sold or services performed under this be agreed upon by the parties. Purchase Order are: a) in compliance with applicable laws; b) do not infringe any 7. Warranties patent, trademark, copyright or trade secret; VENDOR expressly warrants that the goods and c) do not constitute unfair competition. and/or services covered by this Purchase Order will conform to the specifications, VENDOR shall indemnify and hold harmless drawings, samples or other descriptions the COUNTY from and against any and all furnished or specified by the COUNTY, and claims, including claims of negligence, costs will be of satisfactory material and quality and expense, including but not limited to production, free from defects and sufficient attorneys' fees, which arise from any claim, for the purpose intended. Goods shall be suit or proceeding alleging that the delivered free from any security interest or COUNTY'S use of the goods and/or other lien, encumbrance or claim of any third services provided under this Purchase Order party. These warranties shall survive are inconsistent with VENDOR'S inspection, acceptance, passage of title and representations and warranties in section 11 payment by the COUNTY. (a). 8. Statutory Conformity If any claim which arises from VENDOR'S Goods and services provided pursuant to breach of section 11 (a) has occurred, or is this Purchase Order, and their production likely to occur, VENDOR may, at the and transportation shall conform to all COUNTY'S option, procure for the COUNTY applicable laws, including but not limited to the right to continue using the goods or 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 16 IIC services, or replace or modify the goods or this Purchase Order, VENDOR shall services so that they become non-infringing, immediately give notice thereof, including all (without any material degradation in relevant information with respects to what performance, quality, functionality or steps VENDOR is taking to complete additional cost to the COUNTY). delivery of the goods and/or services to the COUNTY. 12. Insurance Requirements The VENDOR, at its sole expense, shall 15. Assignment provide commercial insurance of such type VENDOR may not assign this Purchase and with such terms and limits as may be Order, nor any money due or to become due reasonably associated with the Purchase without the prior written consent of the Order. Providing and maintaining adequate COUNTY. Any assignment made without insurance coverage is a material obligation such consent shall be deemed void. of the VENDOR. All insurance policies shall be executed through insurers authorized or 16. Taxes eligible to write policies in the State of Goods and services procured subject to this Florida. Purchase Order are exempt from Florida sales and use tax on real property, transient 13. Compliance with Laws rental property rented, tangible personal In fulfilling the terms of this Purchase Order, purchased or rented, or services purchased VENDOR agrees that it will comply with all (Florida Statutes, Chapter 212), and from federal, state, and local laws, rules, codes, federal excise tax. and ordinances that are applicable to the conduct of its business. By way of non- 17. Annual Appropriations exhaustive example, this shall include the The COUNTY'S performance and obligation American with Disabilities Act and all to pay under this Purchase Order shall be prohibitions against discrimination on the contingent upon an annual appropriation of basis of race, religion, sex creed, national funds. origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges 18. Termination and without exception or stipulation shall be This Purchase Order may be terminated at fully responsible for complying with the any time by the COUNTY upon 30 days provisions of the Immigration Reform and prior written notice to the VENDOR. This Control Act of 1986 as located at 8 U.S.C. Purchase Order may be terminated 1324, et seq. and regulations relating immediately by the COUNTY for breach by thereto, as either may be amended. Failure VENDOR of the terms and conditions of this by the awarded firm(s) to comply with the Purchase Order, provided that COUNTY has laws referenced herein shall constitute a provided VENDOR with notice of such breach of the award agreement and the breach and VENDOR has failed to cure County shall have the discretion to within 10 days of receipt of such notice. unilaterally terminate said agreement immediately. Any breach of this provision 19. General may be regarded by the COUNTY as a a) This Purchase Order shall be governed material and substantial breach of the by the laws of the State of Florida. The contract arising from this Purchase Order. venue for any action brought to specifically enforce any of the terms and 14. Force Majeure conditions of this Purchase Order shall Neither the COUNTY nor VENDOR shall be be the Twentieth Judicial Circuit in and responsible for any delay or failure in for Collier County, Florida performance resulting from any cause b) Failure of the COUNTY to act beyond their control, including, but without immediately in response to a breach of limitation to war, strikes, civil disturbances this Purchase Order by VENDOR shall and acts of nature. When VENDOR has not constitute a waiver of breach. knowledge of any actual or potential force Waiver of the COUNTY by any default majeure or other conditions which will delay by VENDOR hereunder shall not be or threatens to delay timely performance of 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 17 deemed a waiver of any subsequent Expenses for Public Officers, employees default by VENDOR. and authorized persons. c) All notices under this Purchase Order e) In the event of any conflict between or shall be sent to the respective among the terms of any Contract addresses on the face page by certified Documents related to this Purchase mail, return receipt requested, by Order, the terms of the Contract overnight courier service, or by personal Documents shall take precedence over delivery and will be deemed effective the terms of the Purchase Order. To the upon receipt. Postage, delivery and extent any terms and /or conditions of other charges shall be paid by the this Purchase Order duplicate or overlap sender. A party may change its address the Terms and Conditions of the for notice by written notice complying Contract Documents, the provisions of with the requirements of this section. the Terms and/or Conditions that are d) The Vendor agrees to reimbursement of most favorable to the County and/or any travel expenses that may be provide the greatest protection to the associated with this Purchase Order in County shall govern. accordance with Florida Statute Chapter 112.061, Per Diem and Travel 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 18 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 19 I Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 20 1Lf J.. R' Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. The County's project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Work Orders on Fixed Term Contracts The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. The contracts are classified as fixed-term Countywide Agreements for various and miscellaneous services which will be utilized on an as-needed basis. Assignments shall be implemented with Work Orders subject to a maximum of $200,000 per Work Order. Work Order assignments in excess of $200,000 shall be approved by the Board of County Commissioners. Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 9. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 21 Board of County Commissioners Clerk's Finance Department I r ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 10. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 22 t r may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 11. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 12. Survivability Bids (ITBs/RFPs): The Consultant/ContractorNendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6622 Big Corkscrew Island Regional Park resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 13. Principals/Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 14. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 23 k 4,40 v 15.Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 17. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 18. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. 19. Protest Procedures Any prospective vendor/proposer whose desire to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 24 IW 20. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 21. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. 22. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 23. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 24. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 25 • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants/ Proposers are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Proposer/Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the proposer's /Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 26 Collier Cou-nty 1 Administrative Services Department Procurement Services Division Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation 16-6622 Big Corkscrew Island Regional Park for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 27 Collier County Administrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Matt Catoe, Procurement Strategist CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ❑ If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, proposer will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 28 I C Collier County Administrative Services Department Procurement Services Division Attachment 3: Organizational Conflict Disclosure Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: Big Corkscrew Island Regional Park does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information—The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public(not in the"sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Signature and Date: Print Name: Title of Signatory: State of County of SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification • Notary Public Commission Expiration 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 29 1 c i wilier County Administrative Services Department Procurement Services Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. Further, the consultant agrees that if awarded a contract for these services, the consultant will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-consultant for any future construction engineering inspection (CEI) or oversight services for projects associated with the Big Corkscrew Island Regional Park. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 30 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 31 Cower County Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants/Proposers are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/proposer's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv program may deem the Consultant's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 32 ler County 1 1 C Administrative Services Department Procurement Services Drvisron Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status(check only one) _Individual/Sole Proprietor _Corporation _Partnership Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Consultants who do not have a TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 33 gekv Collier County Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 4. ❑Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence O Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 34 ' ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County (or Collier MPO). The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. RLC 4/4/2016 Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 35 lfl Colter County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 . s ,, , +.ter--„,-. fi !T �1 c . S 4 9 • Collier County Board of County Commisioners CCNA Solicitation 16-6622 Big Corkscrew Island Regional Park MASTER 0 SI: IMO Land Surveying Landscape Civil Planning Architecture Engineering A4GradyMinorBonita Springs:239-947-1144 Fort Myers:239-690-4380 engineering@gradyminor.com __ gracyrninor.com 1l isb:Y. .v 1. 5 ;^,,,x:239-947-1144 GradyMinor t='rt W.-- 239-690-4380 engineer ing@gradymi noncom Table of Contents Name Page Number TAB I Cover Letter/Management Summary I-1 TAB II Firm Credentials and Experience II-1 TAB III Parks Projects and Experience III-1 • Team Member Profiles III-23 TAB IV Capacity,Availability and Responsiveness IV-1 TAB V References V-1 TAB VI Acceptance of Conditions VI-1 TAB VII Required Form Submittals VII-1 • gradyi nor.com -3unitings 239-947-1144 GradyMinor vrrc239-690.4380 engineeri ng@gradymi noncom June 14,2016 Mr.Mathew Catoe Collier County Government Purchasing Department 3324 Tamiami Trail East Naples,Florida 34112 RE: CCNA Solicitation 15-6622 Big Corkscrew Island Regional Park Dear Mr.Catoe and the members of the Selection Committee: Q.Grady Minor&Associates (GradyMinor)is pleased to submit this proposal for the Big Corkscrew Island Regional Park project. We know that parks enrich communities and are valued by residents and visitors to an area whether walking a dog,playing soccer,or having a picnic. In addition to leisure amenities,parks provide quantifiable health benefits, from providing direct contact with nature and a cleaner environment, to opportunities for physical activity and social interaction. The Golden Gate Estates, Orange Tree, and Corkscrew communities have voiced their desire for a regional park for decades and the Board of County Commissions have appropriated funds to design and construct a park in FY 2017. The GradyMinor Team is very excited about the opportunity to work with Collier County and the Community to design a park to facilitate outdoor activities, exercising, birthday parties, family reunions, sports, birdwatching, and relaxation. This will be a park that we will use with our families and friends and we will work tirelessly to create a park that will be a landmark park for all of SW Florida. GradyMinor has been serving public and private sector clients in southwest Florida with planning,surveying, civil engineering, and landscape design for over 35 years. Our office is located a twenty minute drive from Collier County's offices and the Big Corkscrew island Regional park site. Our team is comprised of nearly 40 Collier County residents including our firm's Principals (Mark W. Minor, P.E. and Wayne Arnold, AICP); our proposed Project Manager and Deputy Project Manager (Mike Delate, P.E. and Justin Frederiksen, P.E.); and our proposed project coordinate/liaison(Tony Ruberto,PM). Our firm has provided recent engineering,permitting,and design services on the following local Parks: > Gordon River Greenway Park > Sugden Regional Park ➢ East Naples Community Park ➢ Margood Community Park > J.N.Ding Darling National Wildlife Refuge Park Throughout the phases of this project our approach will revolve around putting the residents and stakeholders first,while providing sound engineer design and exceptional service to Collier County at an economical cost. In addition to the expertise of our in-house professionals, we have assembled a team of area experts which will provide Collier County with the experience of a multi-disciplinary team who will successfully fulfill the County's requirement to design,permit and oversee the completion of the Big Corkscrew Island Regional Park project. Our team includes Victor J. Latavish Architects, PA; JRL Design Studio; Collier Environmental Consultants; Hollis Engineering Consultants;Aquatic Design&engineering; Barth&Associates; Forge Engineering;and Turf Keepers. Collier County RFQ 16-6622 TAB I-1 arOCIy111ir1O1-.COM i ';:: Bonita Spr ings:239-947-7144 GradyMinor j k,rt tdyers-239-690.4380 f engineering@gradyminorcom Our experience,institutional knowledge and relationships with the stakeholders and residents will result in a high quality and efficient project design. We are a local firm,with a team of other local firms who live and work here, and possess the expertise to fulfill the stated objective in the RFP and to ultimately provide the residents and visitors with a park that will become a part of their lives and our lives. GradyMinor ccepts the conditions stated in the RFP 16-6622 (Big Corkscrew Island Regional Park) and we apprecia y r interest in our firm and our capabilities. We have enjoyed our relationship with Collier County on many o er p ojects and look forward to another opportunity to serve Collier County. Sincer ly, Sincerely, /tic •ak I Matk W.Minor,P.E. Michael Delate,P.E. Prident Senior Vice President T Why select GradyMinor? Our Location Our Connection to Collier County > Our office is located 20 minutes from the County's > Nearly half our 48 employees live in Collier County;pay offices and the project site. for Collier County utility services; pay Collier County > All the GradyMinor employees who will be working on taxes; shop and eat at Collier County businesses; and the Big Corkscrew Island Regional Park project work have children that attend Collier County Schools. The out of our office 20 minutes from the project site. money we earn stays in Collier County. Our Institutional Knowledge > The principals of GradyMinor live in Collier County and > The GradyMinor Team has extensive experience at the have been residents here for over 25 years. Big Corkscrew Island Regional Park site. > Nearly 40 of our team members live in Collier County. > We have a wide variety of planning, engineering, ➢ We have good relationships with local Contractors and permitting, and surveying experience in the vicinity of we believe in tapping the experience of local the Big Corkscrew Island Regional Park site. Contractors to ensure our designs are economical and S' We are very familiar with Collier County staff and the constructible. County's structure,unlike large national firms. ➢ GradyMinor gives back to the community by providing Our Efficiency pro-bono services to charitable organizations including > Our institutional knowledge of Big Corkscrew Island the Shelter for Abused Women and St. Matthew's Regional Park site and the relationships we already House to name a few. have with the stakeholders and residents in the > The fees paid for engineering services will stay in community will result in efficiencies that will translate Collier County and will go back into the Collier County to fewer hours billed and ultimately saving to the economy. Collier County residents. > The County will not see will not see management and marketing personnel billing to this project. The experienced individuals that will be billing to this project will be the people you know and recognize. • Our recent and current local, state, and federal permitting agency connections. Collier County RFQ 16-6622 TAB I-2 gradyminor.com IEIGradyMinor rBorntdSpring., 239-947-1144 "rnt 'j 239-690-4380 engineering@gradymi noncom Tab II Firms Credentials and Experience Established in 1981, GradyMinor has provided a full range of professional services to the public and private sector for 35 years. Our staff of nearly 50 includes seven Professional Engineers, a Professional Surveyor and Mapper, a Certified Planner, two Landscape Architect, eight engineering technicians, Project Administrators, Engineer Interns, five Survey Crews, and Survey Technicians. We have a mature and highly qualified team of support staff, who together with the Professionals on our Team, can provide all the services required to successfully complete the Services for RFP 16-6622 (Big Corkscrew Island Regional Park). GradyMinor's professionals and Team members live and work in Collier County and along with our friends and families we enjoy Collier County's many wonderful parks. We have a firm understanding of Collier County Land Development Standards and Specifications, FDEP, SFWMD, US Fish and Wildlife, and US Army Corps of Engineer regulations; and extensive permitting experience in Collier County. We fully understand the timeline and submittal requirements for Site Development and Building permits. Our recent and on-going work for the Collier County Parks and Recreation Department gives us significant insight, experience and local knowledge that will be extremely useful in design and permitting issues that will be faced with this project. We have performed design, permitting, surveying, and construction services at large variety of Collier County parks and similar projects including the following: , — Q � >Sugden Regional Park i 1-- i.-1,-,t-rt I Gordon River GreenwayPark East Naples Community Park ) Max Hasse Community Park `%. I >Bayview Park ', 1 , __,,:-, ➢Eagle Lakes Park _,r ry ' Proposed Big Conks-stenI .'"--:-,,:744k2 }_ Island Regional Pare ➢Margood Harbor Park ^°T' ➢Clam Pass Park �� aN >I ➢Mackie Park i'I �µri ➢Bluebill Beach Access Park - ➢951 Boat Ramp Park >Panther Park ' . =\' • ., Vanderbilt Beach Access I NSP >Tigertail Park I\. ➢Pepper Ranch ;1 , , r, ➢Golden Gate Community Park °` � •„��.; T,:.-. >Veterans Park Yp ➢Immokalee Airport Park ➢Naples Zoo =t:r, ` '.� ➢Corkscrew Park ! "177-”k;,'*, `-V,,-- ,,- ➢Port of the Isles Park ..- { V . Pepper Ranch Preserve :--;. >Sanibel School/Ding Darling Preserve '` Many of these parks we have worked together with the same design Team members who we are proposing to work with on the Big Corkscrew Island Regional Park project, including GradyMinor's preliminary design services for the Big Corkscrew Island Regional Park in 2010. The cohesiveness of the GradyMinor Team will avoid the typical learning curve when unfamiliar people/firms work together. Collier County RFP 16-6622 TAB II-1 gradyminor.com IIC �crdLa zw ink;,239-947-1144 GradyMinor 239-690.4380 e ng i nee ri ng@grady m i nor.com We are not a top heavy firm and have teamed with similar firms to ensure the fees paid for this project not only stay local, but do not go to corporate headquarters out of state or out of the Country. The County will not see upper management and marketing personnel billing to this project. The experienced individuals that will be billing to this project will be the people you know and recognize. Additionally, our professional design service fees are typically 25-50% less than large firms for the same services. Entirely Florida, with the Core Team located in SW Florida, the Team of professionals assembled for this project has the required expertise and local knowledge to assure successful implementation of this multi-phase, multi-year project. Core Team: Architecture Victor J. Latavish Architect, PA specializes in the design of civic architecture and Victor J. Latavish,AIA recreational facilities. The Naples firm was established in 1989 and over the last 27 Victor J. Latavish, PA years has designed in excess of 100 local governmental projects, including community centers, park, boardwalks, concessions, public restrooms, picnic shelters, and aquatic centers. Victor performed architectural services for the original Big Corkscrew Island Regional Park in 2006 and along with GradyMinor, worked on the 2010 improvements to the Big Corkscrew Island Regional Park. Landscape Architecture Since the 1970s, JRL Design Studios has provided Landscape Architectural services John Ribes, FASLA in South Florida with their main office located in Naples. The firm has been involved JRL Design Studio with large and comprehensive projects in South Florida both on the including Edison Community College; Mary Jo Sanders Inspirational Garden; and The Moorings Park Campus and Healing Garden. Environmental Collier Environmental Consultants was established in 1996 by Marco Espinar who Marco Espinar previously worked for SFWMD and Collier County. A full service environmental Collier Environmental consulting firm with extensive experience in Collier County, they provide wetland Consultants jurisdictional determinations, permitting, vegetation & wildlife surveys, mitigation monitoring plans, and various other environmental consulting and planning services for developments. Marco worked with GradyMinor and Victor Latavish on the 2010 improvements to the Big Corkscrew Island Regional Park. Specialists: Electrical&Lighting Design Established in 2004, Hollis Engineering Consultants specializes in the design of Tom Hollis, P.E. electrical power, lighting, roadway lighting, LED, fire alarm, and solar photovoltaic Hollis Engineering Consultants systems for municipal and commercial projects. Tom Hollis, P.E. brings nearly 40 years of local electrical and lighting experience. Playground Design Leathers &Assocaites was founded in 1971 by Robert S. Leathers and has 45 years Leathers&Associates of experience creating custom-designed inclusive playgrounds. Located in Jupiter Florida, the firm is internationally known for innovated all-inclusive with award winning projects from Florida to California to Australia. Pool Design Established in 1987, Aquatic Design & Engineering has designed more than 2,000 Aquatic Design & Engineering successful aquatic projects across the world. Located in Orlando, this world-class aquatic firm sets the standard in providing innovative and timeless design with comprehensive and enduring engineering solutions. Planning With nearly 40 years of professional experience in park planning and design, David Barth &Associates Barth founded Barth &Associates in 2012 to help communities harness the power of their parks and recreation system to generate economic, social and environmental benefits for the community. Located in Gainesville, the firm is nationally known for the planning of customized landmark parks. Geotechnical Forge Engineering, Inc. is a fully licensed and insured engineering consulting and Forge Engineering materials testing firm located in Naples. Established in 1996, the three principals of the firm have over 90 years of combined experience performing engineering and inspection services in the State of Florida, with over 75 years in Collier County. Agronomy Dan Morgan is a consulting agronomist with over 35 years of experience in Florida. Dan Morgan-Turf Keepers Dan provides specialty agronomist consulting to Collier County and the Universities of Florida and South Florida. Collier County RFP 16-6622 TAB II-2 radyminor.corn llc Bort:to Springs:239-947-1144 /Ll GradyMinor Fort Myers 239-690-4380 engineering@grady m i nor.com Tab III, Parks Projects and Experience As depicted in Tab II and in the required project experience table below, the GradyMinor team has successfully completed a large variety of park projects in Southwest Florida. Additionally, our team members are internationally known for park planning, all-inclusive playground design, aquatic facilities, and slash parks. The Big Corkscrew Island Regional Park has gone through many iterations of public involvement, which resulted in a list of top-ranked elements based on public input. The elements have been divided into two phases that will be design and construction as funding becomes available. Phase I will include the parcel north of the canal and Phase II will be the parcel south of the canal. Provided below are the park elements identified by the public in order of priority, with examples of our Team's experience with those design elements. Phase I Elements 1. Pathways and Trails Gordon River Greenway Park, Naples FL GradyMinor along with Team Members Victor Latavish, Collier , Environmental, and Hollis Engineering provided Engineering, m Architectual, and Construction services for this spectacular �' I, Collier County park that takes advantage of the natural beauty along the Gordon River in one of the last unspoiled areas of 14 urban Naples. With elevated and on grade pathways that meander among the mangroves and other native plants, this ( ,v tir,, park allows visitors to access a natural environment in the heart of Naples. 2. Playground ,, -''Arrilx Cambier Park, Naples FL e Team member Leathers & Associated recently completed the c, -'' . stunning all-inclusive Cambier Park playground for the City of - " t i - Naples. This unique and meaningful play environment located in downtown Naples brings residents and visitors from all around to , 4.0 enjoy the Leathers designed play environments that increases ter_ u 1` the °playability" for children of diverse abilities, age, gender, ethnicity, and culture. 3. Pavilion/Shelter Area - , "�-< Margood Regional Park, Goodland, FL ._fib. • � 1 R , � GradyMinor, along with Team Member Victor Latavish, provided `" " . Survey, Engineering, Architectural, and Construction services for this regional park that features the Margood History and ` w� ! , Community Center, pedestrian walk-way, two open-air pavilions, bocce ball and sand volley ball courts, horseshoes, canoe and ` -- kayak launch, and a playground all wrapped adjacent to a , charming harbor. Funded by Florida Land Trust as historic site. Collier County RFP 16-6622 TAB III-1 gracyminor.com 1 C II 11C Bon:to Spr i i 239-947.1144 ICGradyMinor FnrtNy-r; 239-690-4380 e ng i neeri ng@grads m i nor cam 4. Amphitheater/Outdoor Movie Watching Lawn, Etc. " �.../0v ,. - Community School of Naples Amphitheater, Naples FL GradyMinor provided engineering services for the Community School of Naples' amphitheater. With a lovely natural pond backdrop and stunning shade sails, this amphitheater blends in with the park-like setting and is utilized by the Community School 4(6. for small performances and concerts. 5. Multi-Purpose Fields Barron Collier High Schools, Naples FL ' ' r------\\ Both the Gulf Coast High and Barron Collier High Schools campuses include several multi-purpose fields that are used for a range of activities. Designed by Mike Delate, P.E., these fields are utilized for various activities including lacrosse, soccer, ' 3_. archery, ultimate frisbee, and conditioning training. ,.r . max �� - 6. Dog Park - --:"*. N. : '` Naples Dog Park, Naples FL le — : GradyMinor performed engineering and construction services for the City of Naples 1.35 acre dog park. Fenced with landscaping and dog-friendly mulch, this centrally located park includes a shade structure, better known as the Palmer House, which includes benches, drinking fountains for both man and beast, - separated large and small dog play areas, and a picnic area. There are over 40 parking spaces and a sidewalk connection to the Gordon River Greenway. 7. Aquatic Facility .10 "' ,. ®®� , , Eagle Lake Park, Naples FL t- GradyMinor along with Team Members Victor Latavish and ti" f 3aQvoao Aquatic Design & Engineering provided survey, engineering, and + i�+� 1® . architectural services for the addition of an aquatic center at a Collier County's Eagle Lake Park. The Eagle Lake Park aquatic .. ' , facility features a 25 meter lap pool, a family pool and an '1, -. 3:'` integrated water feature play area. The lap pool is utilized for .LFLIG, aqua aerobics and has the ability to split the pool width to allow ( t lap swimmers while classes are being held. Collier County RFP 16-6622 TAB III-2 gracyminor.com h Bonita Sp!ii;,+339- -1t4.4 GradyMinor Fort Myers 239.590-4380 engineering(gradym i noncom 8. Splash Park North Collier Regional Park, Naples FL , '1; Team member Aquatic Design & Engineering designed the Sun- , *le , i ,.y* N-Fun Lagoon water park at this 20 acre multi-million dollar 4. Collier Countyregionalpark. a 4 ' .4 1 ,ir §. g This waterpark features a I �s waterslide tower, lazy river, adult swimming pool, and children's �►� _ pool with an interactive water feature. The Park's interactive '� ' water features include water dumping buckets, water pistols, �u t,- tadpole pool, and a splash zone. Additionally, Aquatic Design & Engineering designed a lap/diving pool and a lazy river at this well visited attraction. 9. Amenities " Tigertail Beach Park, Marco Island FL f, GradyMinor along with Team Member Victor Latavish provided Vim" € survey, design, and construction services for a café, concession, R . ... and restroom amenities for this 32 acres beach park. One of the state's most important habitats for wintering and nesting tiof :,I i ', ' - shorebirds, this park is known as one of the best all-around ''4'� I ,. birding locations in southwest Florida. As a result, the Tigertail t' ' - " cafe bustles with hungry visitors who enjoy breakfast and lunch t served daily. 10. Community Center Eagle Lake Park, Naples FL GradyMinor along with Team Members Victor Latavish ,•41'" y `` performed design and performed construction services for the ', Eagle Lake Park which included an 11,000 SF community $ ..,.. _ ;` center. This well visited community center includes a meeting f I ' r facilities and a fitness center and host a plethora of activities 4 j i } i ncluding ng fitness classes, art clinics, martial art classes, dance classes, after school adventures, video game '`* tournaments, and summer camp programs. 11. Outdoor Sporting Courts Margood Harbor Regional Park, Goodland, FL ' ' GradyMinor along with Team Member Victor Latavish provided -' +1r VIP' " survey, engineering, architectural, and construction services for this regional park with outdoor sporting courts including bocce -x ball, horseshoe, and sand volleyball courts. This park is a local . '. `"'°'° ; . gathering place where friends come together to socialize and play along a charming protected harbor. t ItAlliti-j- r. '' .unr , Collier County RFP 16-6622 TAB III-3 grac ym i nor.corn Borr•taSorina,>239-947-1144 GradyMinor Fort Myers 239-690-4380 engineering@gradyminor.com Phase II Elements 1.Pathways and Trails (Cont.) n - ; , vti, ._� .4r :- Sanibel School/Ding Darling Preserve .., eit';,,.A.,....„ " ` The construction of an educational boardwalk thorugh Sanibel z : School, a public school located in Sanibel, into Ding Darling '` y '' National Wildlife Sanctuary. The project included extensive .. ` wetland and environmental permitting. In addition to birding _ enthusiasts, the boardwalk is used byteachers as learning '" I.. -` . e i center. Collier Environmental teamed with GradyMinor 2. Multi-Purpose Indoor Sporting Facility -.I St. Francis Xavier School Gymnasium - : . s .. This multi-purpose indoor sporting facility was designed by team ,` member Victor Latavish to provide the St. Francis school with a , "do-everything" facility. Rain or shine, this gymnasium is a busy . , venue that hosts events ranging from basketball to theatre -: -- performances. 3. Baseball/Softball Complex ' 4 1 Gulf Coast High School, Naples FL The Gulf Coast High School campus includes baseball diamond k, and softball diamond fields that are used for the schools L , '" ' - competitive teams. Designed by Mike Delate, P.E., these � � ` facilities allow multiple games to be placed simultaneously and il are integrated with several other sports facilities, also designed by Mike Delate. 4 S "—III-17"C? , 4. Outdoor Event Area Sugden Regional Park This Collier County water front park with beautiful view of Lake ,4 . Avalon has several outdoor event areas designed by Team member Victor Latavish. Many of the areas are adjacent to pavilions and shade trees, creating an intimate setting for events including birthday parties, reunions, and weddings. Collier County RFP 16-6622 TAB III-4 gracyminor.com I ' ' Bonrta Spnriv,,-239-947-1144 GradyMinor Fnrtmr-r5239-690-4380 engineering@gradyminor.com 5. Lake Configuration °" ' Artesia Naples The site of former borrow w Pt.:, pits, GradyMinor performed the planning, design, and permitting for the re-configuration of the lakes. The borrow pits were re-shaped to create an amenity with : p walking trails, extensive littoral areas for wildlife and water quality i treatment. As required per the RFP, provided below is a current list of park projects that the GradyMinor Team has successfully completed, including start dates, end dates, original design budgets, and final project costs. It should be noted that none of these projects had change orders associated with them. GradyMinor is proud of our long history of staying within the allotted budgets and in many cases, as depicted below, come in under budget. Final Project Description Start Date End Date Original Project Budget Cost Sugden Regional Park Feb 2008 Jul 2010 $75,000 $75,000 Addition of water ski building and sailing building. Extension of water and sewer lines to serve facility. Water management modifications Gordon River Greenway Park May 2009 Feb 2016 $625,834 $619,521 Coordination with overall project. Design and permitting of entiy roads, utility extensions and water management. CEI services for entire park construction 1 East Naples Community Park Jan 2008 Dec 2009 $60,450 $60,450 Community Center, Soccer Fields and Preserve Max Hasse Community Park May 2011 Aug 2011 $10,400 $10,400 Community Center Addition Bayview Park Jun 2011 Sep 2014 $170,890 $104,974 Reconstruction of entire parking lot, boat trailer parking, entrance road improvements, and water management improvements Eagle Lakes Park Oct 2012 Apr 2015 $48,940 $48,940 New Community Center and Swim Park Margood Harbor Park 2009 Mar 2012 $120,000 $120,000 New park design including canoe launch, historic buildings, water management,parking and landscaping Clam Pass Park Feb 2013 Jul 2013 $12,530 $11,888 Tram drop off layout design and permitting Clam Pass Park Parking Modifications Feb 2016 On-going $54,584 On-going Design of new parking spaces and water quality improvements Mackie Park Oct 2015 On-going $41,500 On-going New community center, parking and drainage improvements Collier County RFP 16-6622 TAB III-5 gracyminor.com Bon to Sorino 239-947-1144 ii I 0 IEIGradyMinor Fort Myer 239-690 4380 engineering@gradyminor.com Bluebill Beach Access Park 2010 Jan 2012 $120,000 $120,000 Restroom facility, dune walkover, drop off area and sidewalks 951 Boat Ramp Park May 2003 Jun 2010 $152,850 $152,850 Expansion of boat parking lot, new bulkhead and access improvements Panther Park Dec 2007 Jun 2009 $22,100 $22,100 New neighborhood park Vanderbilt Beach Access Restrooms Jan 2013 May 2013 $21,200 $20,911 New restroom building, improved access and improved shower facilities Vanderbilt Beach Access CEI Jan 2014 Nov 2014 $26,320 $26,233 Construction engineering and inspection including coordination with contractor and county Vanderbilt Beach Access Extension Oct 2014 On-going $51,475 On-going New park and mitigation for FDEP grant Tigertail Park Restroom/Dune Walk-over Jul 2012 May 2014 $29,800 $24,950 New restroom with utilities and parking Tigertail Park Parking Lot Improvements May 2014 Feb 2015 $11,050 $10,750 Improvements to parking surface and drainage system Pepper Ranch Park Caretaker Nov 2015 Mar 2016 $15,250 $11,573 Addition of caretaker's residence for park Golden Gate Community Park May 2007 Oct 2009 $41,850 $41,850 Addition of boat ramp and parking facilities Veterans Park Pickleball Courts Jul 2015 On-going $23,620 On-going Conversion of volleyball area to pickleball courts Immokalee Airport Park Oct 2008 Mar 2010 $35,300 $35,300 New parking lot, water management and landscaping improvements BCIRP Lake Engineering Services Feb 2012 Jan 2014 $56,852 $43,970 Design and permitting of canoe launch and recreational trail around lake. Design and permitting of access road from Fairgrounds Port of the Isles Park Nov 2012 Oct 2013 $35,000 $28,300 Design and reconstruction of boat ramp, new parking area and water management. Community School Naples Football Facilities Nov 2011 Oct 2012 $1,525 $1,525 Addition of bleacher facilities Community School Naples Track& Football Jan 2011 Sep 2011 $43,195 $26,000 Facilities Design of new track and football facitlities Sanibel School/Ding Darling Boardwalk Feb 2012 Oct 2013 $14,600 $14,655 Boardwalk through mangrove area at the Ding Darling National Wildlife Refuge. Starcher Petty Baseball Field No 2009 May 2010 $25,600 $23,060 Design of drainage improvements. Collier County RFP 16-6622 TAB III-6 gradyrInor.com lic le :, ,,5;::,,. 239-947-1144 GradvMinor =nrt P-iy=r, 239-690-4380 engineering@gradym i noncom Design Team Overview All of the work the GradyMinor Team will perform on the Big Corkscrew Island Regional Park project will be performed in from Florida and the majority of the work will be performed by the "Core Team" that is entirely located in Collier and Lee Counties. GradyMinor's main office is located at 3800 Via Del Rey, Bonita Springs, FL 34134 and is where all of GradyMinor's work will be performed from. We are a 20 minute drive from the County's offices and the project site. We have assembled a local, experienced, and cohesive team that is ready and capable of getting to work quickly and efficiently to make the Big Corkscrew Island Regional Park a reality. Our team is very familiar with the project. Victor Latavish performed architectural services for the original Big Corkscrew Island Regional Park in 2006 and GradyMinor, Victor Latavish, and Collier Environmental worked together on Biq Corkscrew Island Regional Park improvements in 2010. The Team of professionals assembled for this project has the required expertise and local knowledge to assure successful implementation of this multi-phase, multi-year project. We propose to team with the following sub consultants for the Big Corkscrew Island Regional Park project: Architecture - - - _ - - Victor J. Latavish, AIA :'e — — 4100 Corporate Square • ',� Naples, FL 34104 4`" -N". ,,, ,,, es www.latavish.com `� � � � \ * Landscape Architecture s .kauaticCess.on' John Ribes, FASLA --i JRL Design Studio ; * ''.: ✓ PArgan 1080 8`"Avenue South -- "~ Tud Keepers Naples, FL 33401 �' � �~ .Leathers 8I www.irl-design.com ,1: GradyMliuor, wee Environmental tib, -4 an CoNier Environmental , L.__ --� Marco Espinar Consultants " L �> i Collier Environmental Consultants lir 3880 Estey Avenue JRL Design Studio \ ,� Naples, Florida 34104 — ~` Victor J Latavish,AIA r Forge Wig; Playground Design Electrical & Lighting Design Park Planning Leathers &Associates Tom Hollis, P.E. Barth &Associates 725 North AIA Hollie Engineering Consultants, Inc. 10030 SW 52nd Road Jupiter, FL 33477 16900 Colony Lakes Boulevard Gainesville, FL 32608 www.leathersassociates.com Fort Myers, FL 33908 www.barthassoc.com Pool Design Agronomist–Dan Morgan Geotechnical Aquatic Design & Engineering Turf Keepers Forge Engineering 189 South Orange Avenue 6003 Hammock Hill Avenue 2224 Trade Center Way, Orlando, FL 32801 Lithia, FL 33547 Naples, FL 34109 www.adedesiqn.com www.turfkeepersfla.com www.forgeenq.com Collier County RFP 16-6622 TAB III-7 grac ym i nor.coin I 1 c Bon:to Sor inP,S:239-947-1144 GradyMinor Fort Myers 239-690 4380 engineering@gradyminor.com GradyMinor's proposed organizational chart below, with all key team members, is provided below. Our Company and our sub consultants are committed to allocating the necessary manpower and resources to complete the Big Corkscrew Island Regional Park project on time and within budget. The current and anticipated workloads will not affect our ability to serve Collier County. Collier County Parks & Recreation `1"_, Facilities Management I PRINCIPAL IN CHARGE PROJECT MANAGER Mark W.Minor.P E -- Michael Delate,P E Assistant PANUtility Engineer Project Coordinator/Liaison Justin Frederiksen,P E Tony Roberto QA/QC Civil Engineers Wck Featherstone.G.C. R Daniel Flinn.P E FrankJ. Feeney.P.E. ' r'"------' Architecture Landscape Architecture Victor J Latavish.AIA John Ribes.FASLA(JRL) } Environmental Marco Espinar(Collier Ernir.) Pool Das" n Aquatic Design&Permitting Forge te Geotechnical n g ;,, Electrical d Lighting Design Planning { Tom Hollis.P E +HEC} ( Bath&Aatop� J Agronomist Playground Desi Dan Morgan-Turf Keepers Leathers&associates \ Collier County RFP 16-6622 TAB III-8 gracyminor.com t K 1 • ,,74239-949,-1141{ ]� GradyMinor • 239.690-4380 engineering@grads m i n o r.cam The following table depicts the projects we have worked together on with the same Team members we are proposing to work with on the Big Corkscrew Island Regional Park project. Team Member C co 0) N C (CD O• C N U C 0) U Project Q o c w ¶, °' o C LO r- C (1) o 9) o• J a) C O a W o C a � � ` U W T3 O a _�_ COto co U 'j 0 > -,0 0 < 0 Sugden Regional Park X X Gordon River Greenway Park X X X X Eagle Lakes Park X X X X Max Hasse Community Park X X Clam Pass Park X X Mackie Park X X X Bluebill Beach Access Park X X X East Naples Community Park X X X X Margood Harbor Park X X X Panther Park X X X Vanderbilt Beach Access X X Tigertail Park X X Golden Gate Community Park X X X Port of the Isle X X Big Corkscrew Island X X X Hyatt Amenity Expansion X X X Though the GradyMinor Team consists of a significant number of members, the majority of the work will be performed by the Core Team (GradyMinor, Victor Latavish, JRL Design Studio, and Collier Environmental). Each Specialty Team member has their own special skills that will be utilized as needed to assist the County on this exciting project. This Team has worked successfully together with GradyMinor for many years and we consistently call upon each other as the occasions arise to work on projects together. The majority of the team members are local with nearly 40 employees being Collier County residents. We have built our careers and raised our families in Collier County. Collier County RFP 16-6622 TAB III-9 gracyminor.com 5onrta SOr`irw, -94144 1 riu 1/3GradyMinor Fort Myer, 239-690-4380 engineering@gradyminor.com Project Understanding and Approach Our Interest The Q. Grady Minor & Associates, P.A. (GradyMinor) Team has a personal interest with the Big Corkscrew Island Park (BCIRP) as nearly 40 employees of our Team live in Collier County. Collier County is where we live, work, and play. For our Team the proposed Big Corkscrew Island Regional Park is: > A park that we will enjoy with our friends and families. ➢ A park that our tax money will pay for. ➢ A park that we want. GradyMinor has provided professional services to the Orangetree community, where the BCIRP site is located, over the past 25 years and we are uniquely experienced with extensive history and knowledge in planning, development, and engineering for this area of Collier County. Our experience in utility infrastructure, surface water management system, permitting, and site work excavations will limit any learning curve and avoid time and effort being spent where it does not need to be. History The Big Corkscrew Island Regional Park is located in northcentral Collier County in a 4.4 square mile area designated as Orangetree. Orangetree was originally planned as "Golden Gate City North" and the Gulf American Land Corporation (GAC) cleared, excavated canals and filled the four (4) sections of what was then planned to be the densely populated sister of Golden Gate City. After GAC became insolvent there were many lawsuits and Orangetree was the result of a settlement agreement between the parties. Originally Orangetree was planned as a 2,000 unit development with several earth mines and farming, but the proposed density was not viable. During the early 1990s GradyMinor became engineer and surveyor of record retained by the developer, Mr. Theodor Boldt and Ammon Golan doing business as Orangetree Associates. We designed, permitted, and provided construction engineering services for the initial Utility plant expansion before being named Orangetree Utility Company Engineer of Record. We have intimate knowledge of the utility infrastructure servicing all of the Orangetree Utility Company service area. As engineer of record we either designed or reviewed and approved utility line extensions for Valencia, Orangetree, Orange Blossom Ranch and Waterways of Naples developments. While no longer utility engineer of record, we still retain a substantial advantage in experience, understanding and institutional knowledge of the project's utility system. For the Orange Blossom Ranch development, GradyMinor worked directly for the owner Bryan Paul and provided planning and engineering services for this development. Provided below is letter of recommendation from Bryan Paul on the BCIRP project. Collier County RFP 16-6622 TAB III-10 gracyminor.com a S:r'1121,, 39 - /14 GradyMinor -`rtM'Y'' <,239-690-4380 eng i neeri ng@grady m i no r.com BRYAN W. PAUL P 0 Box 2357 U8efle, Ft 33935 December 7,2015 Mr.Nick Casalanguida Deputy Administrator Collier County Growth Management Division Planning and Regulation 2800 N. Horseshoe Drive Naples,FL 34104 RE: Orange Blossom Ranch PUD,Commercial Tract Dear Mr.Casalanguida: It has come to my attention that the County has prepared a conceptual master plan for the proposed Big Corkscrew Island Regional Park. As the former property owner of this site and having worked in a cooperative manner with the County in the ownership transfer and then the current lease for the citrus groves, I am looking forward to its development into a park. I still own commercially zoned property to the southeast of the park site,so my interest includes that as well. I have consulted with Q. Grady Minor extensively through the years in their planning and engineering capacity for this site and have always been pleased with their work. I understand that they are submitting for the Request for Qualifications (RFQ) for this project, and I wholeheartedly endorse them for the engineering and planning that will be needed for the park site. Sincerely, > as B Paul Collier County RFP 16-6622 TAB III-11 gracyminor.com 11 :: Bon to Sur ing�239-947-1144 iliaGradyMinor Farr Mrrs 239-690-4380 engineering@gradymtnor.com Provided below is a figure depicting GradyMinors experience in Orangetree. ,: ._ , }{j 1 4.1. i.._ „.4 t. ___, ._ �4 t , .... 44,..i. ,,.., ..,:,... :i:;!:.,_,..p...44474.44t ...„ 4 , : _...J-41wi,...3 :1 ,., 4 „,,,,„ ..,,,,, _ ,./... 1 ,. , s , 4.,-,,te4,..... i4....:-, . . .t„.-...,...„_„ _, _,_,,,.,, s t ,_4 . if . .. , (.1...„„,...... ._ - , , x„:„„,,,,:4-r. -4 •.$''', •„;"; - t -'`-:: - • ; i . ',krzontrsif 7 ft 7474'4 4,4' 14 -"F4y 1 ,' s4, A , . -s, ,04....,., . . 'I. . .., .., - -fir. :�: l''' -1' N 7::,,,,,,,..,...-7-„- -. ,-,...-,-,1„) Earthwork will be a significant part of the Big Corkscrew Island Regional Park (BCIRP) project and our past experience at Orangetree may allow this element to be completed for substantially less money than presently planned, allowing resources to be placed into more exciting elements of BCIRP. During the past twenty-five (25) years GradyMinor has engineered, permitted, as- built, reclaimed and certified many of the large excavations in Orangetree including the large lake called "Lake Michigan" as part of the Waterways of Naples development. Our experience is very important to Big Cypress Island Regional Park. Lake Michigan is located in close proximity to the existing agricultural reservoir that is planned as part of BCIRP to be partially filled and reshaped. Importing material to fill in portions of the BCIRP Lake will be extremely costly and time consuming with thousands of dump trucks traversing in and out of the area. This is just one project element where our engineering experience will pay dividends to the County. We, along with the owner and excavator, developed a method to excavate below the subsurface rock lens without blasting, rock hammering or rock removal. We produced several hundred thousand cubic yards of quality material from the Lake Michigan excavation that otherwise would have remained in situ. GradyMinor, if selected for this project, will propose the same method of excavation for the BCIRP Lake and utilize the excavated material to fill and reshape the lake. The remaining lake will be healthier with a large area of deep water and combined with the shallow areas, proper aquatic plantings and sloping; the restored BCIRP Lake will be aesthetically pleasing and provide good water quality. As a result there would likely be little need to purchase and haul fill Collier County RFP 16-6622 TAB III-12 gracyminor.corn W Bon,to Springs:239-947-1144 GradyMinor Port Myers 239-690-4380 engirteering@gradyminor.com material resulting in a potential savings of millions of dollars. The professionals that will be working on this project are all very familiar with the Big Corkscrew Island Regional Park. Team member Victor Latavish was the architect on the original BCIRP project in 2006 and GradyMinor along with Victor Latavish and Collier Environmental designed and permitted a canoe/kayak launch, parking area, and walkway around Big Corkscrew Lake in 2010. Additionally, Tony Ruberto, our proposed project coordinator/liaison, served as a Collier County senior project manager for over 13 years in the Parks and Recreation Department. Tony was the senior project manager for the 200 acre North Collier Regional Recreational and Gordon River Greenway Park. Tony knows what it takes to keep complex and multifaceted projects moving towards a long term goal. Project Understanding Big Corkscrew Island Regional Park is located north of Oil Well Road, east of Immokalee Road, and runs South East of the Fairgrounds. The project area totals approximately 156 acres, which is separated into two sections by a canal. The northwest section is approximately 49 acres and the southeast is approximately 107 acres, as depicted below. I , ...,„*, t. ss# Acres A.-. 107 *_Acres r7 Ott"",1„" 13�a 5 t �. .. +' ;'f ..__fit alp t:44dk ..vw - The Big Corkscrew Island Lake is planned for partial fill and re-configuration to provide additional park land for park components and for the storm water management system. The park was originally designed in 2006 (with GradyMinor Team member Victor Latavish as the Architect) but, due to budget restraints, the project was postponed. Recently, several public meetings have been held to gain input from interested citizens. The meetings determined that the needs and desires of the public have changed since 2006. The Board of County Commission approved Master Plan of Big Corkscrew Island Regional Park will be divided into phases that will be constructed as funding becomes available. The design will be developed with input from the Collier County Staff and the local community and will utilize available funding year-to-year to construct the improvements. Collier County RFP 16-6622 TAB III-13 gracym i nor.com i f,1 Bon la So,logs239-947-1144 ffaGradyMinor PortMyrri 239-690-4380 e ng i neeri ng@grady m i noncom Key Issues Earthwork The Big Corkscrew Island Lake is planned for partial filling and re-structuring to provide additional park land for park components and for the storm water management system. The earthwork and material required to partially fill the lake will be a significant part of the BCIRP project costs. As stated above, our past experience at Orangetree may allow the filling of the lake to be completed for substantially less money than purchasing and hauling material from offsite allowing the resources to be placed into more exciting elements of BCIRP. We would propose to fill portions of the lake by excavating below the subsurface rock lens without blasting, rock hammering or rock removal, but by breaking through a small portion of the rock lens and undermining the rock lens and allowing the rock to collapse under its own weight. Following the collapse of the rock lens, the in situ soil can be excavated and placed in the areas where the lake requires filling. This method was highly successful for the nearby Lake Michigan excavation and produced several hundred thousand cubic yards of quality material that was used to fill portions of the lake. Additionally, Lake Michigan is a healthy lake with a large area of deep water combined with the shallow areas and proper aquatic plantings and sloping. Environmental The GradyMinor Team has extensive experience with projects that involve environmentally sensitive lands. Wetlands, surface waters, endangered and/or threatened species may all be encountered on the Big Corkscrew Island Regional Park project. Our Team member, Collier Environmental Consultants, headed by Marco Espinar, has extensive experience with environmentally sensitive sites, including the BCIRP site. Through permitting and ingenuity during the design process, most any environmental issues can be resolved. Often the biggest hurdle is time, due long regulatory review times. As stated above, we propose to conduct pre- application meetings with regulatory agencies early in the design (30% design stage) to ensure the project is not delayed due to permitting reviews. Before the pre-application meetings and preferably soon after a notice to proceed is provided, an environmental survey of the site needs to be performed to determine what environmental conditions are present. The environmental survey will look for wetland foliage and habitat, Bald Eagles, Cockaded Woodpeckers, Black Bears, and Florida Panthers. Additionally, the Florida Fish and Wildlife Commission's website and data base will be reviewed to determine the nearest known endangered or threatened species. Wetland Mitigation may be required in accordance with Unified Mitigation Assessment Methodology (UMAM). Purchased wetland mitigated credits typically come with Panther Habitat Units (PHU's), which may be a benefit as this project is located in Panther Secondary Habitat. Also key with this project will be impact to wood stork foraging. A Wood stork foraging analysis will be required and mitigation for loss of Bio Mass may be required under the ACOE permit process. This too can be accomplished via mitigation Bank. GradyMinor will work with Marco Espinar to examine opportunities for the BCIRP to take advantage of restoration and land acquisition necessitated by mitigation requirements and to develop strategies so design is compatible with mitigation needs. Collier County RFP 16-6622 TAB III-14 gracyminor.com 239-947-1144 g2 GradyMinor 239-690.4380 engineering@gradym inor.com Permitting The Big Corkscrew Island Regional Park will require local, state, and federal permitting. Over the past 34 years of providing professional services in Southwest Florida, GradyMinor has established an excellent rapport with the local regulatory agencies and their staff. Our experience and knowledge of their requirements and tendencies can be put to use to prepare submittals and responses that contain appropriate information and levels of detail that may help eliminate extensive comments and questions by these agencies. GradyMinor's permitting experience on Collier County Park projects is depicted in the table below: Permitting Required m (1) Project o a . 13 L_ E�. wwO v m 0 LL < IL 0 D 00 Li_ Margood Harbor Park X X X X X X 951 Boat Ramp Parking Lot X X X X X Bluebill Avenue Beach Access x X X X X Bayview Park Phases II & Ill X X Port of the Islands Boat Ramp Park X X X Tigertail Beach Restroom/Dune Walkover X X X Sugden Park x X X x X Vanderbilt Beach Park x X x x Gordon River Greenway Park X X X X X X X _.Clam Pass Tramway X X Eagle Lakes Park X X X X Max Hasse Community Park x x x x Mackie Park X X X East Naples Community Park X X X X X Panther Park X X Pepper Ranch x x Golden Gate Community Park x x x Veterans Park X X Immokalee Airport Park _ x X X Big Corkscrew Island Regional Park X X X X X XX Maintenance of Facilities During the design phase, it is critical that the GradyMinor Team designs according to specified equipment and material that will minimize maintenance effort and costs for County staff. We will strive to provide facilities that have long lives and require little maintenance as it is our tax money that will suffer if we do not. Additionally, we have worked with Collier County for over 20 years and we know that we must specify equipment and material that will not result in negative feelings towards GradyMinor or we will not be working with Collier County for the next 20 years. Our past experience with Collier County facilities has taught us that County staff prefers Musco Collier County RFP 16-6622 TAB III-15 gracyminor.coI C to SDr it t 239-947.1144 /lel GradyMinor I r rG 239-690-4380 engineering@gradym inoncom Light-Structure Green LED light fixtures due to the minimal maintenance they require and the extended warrantee they come with. Additionally, we are aware that the County is replacing a significant amount of metal light poles due to deterioration and corrosion at a significant cost. Therefore, we would recommend that concrete light poles are specified. Throughout the design of this project, we will be exceptionally mindful of every component of all facilities to ensure they have a long life span and require minimal maintenance. Lighting (Dark Sky) During the public meetings, the existing dark sky in the vicinity of the proposed BCIRP was a point of concern. The residents that live in Orangetree live there partially because it is not in a well lit area of Collier County. They enjoy the dark night skies and they appreciate the animals and birds that need darkness for hunting, gathering, and hiding. To minimize the harmful effects of light pollution lighting should only be on when needed; only light the area that needs it; be no brighter than necessary; minimize blue light emissions (blue light brightens the night sky more than any other color of light); and be fully shielded (pointing downward). The image below provides an easy visual guide to understand the differences between bad and good dark sky lighting. f ' GradyMinor Team member Tom Hollis, P.E. is very experienced with the modern requirements to minimize the harmful effects of light pollution, very bad bad better best specifically on park projects. 401 110 111k. Internal and External Connectivity Internal Connectivity The BCIRP is planned as a multifaceted park with various passive and active facilities in relatively close proximity to each other. As such, thought needs to go into the integration and coordination between different functions and program elements of the park to ensure that the passive activities are not negatively affected by active activities. Segregating vehicles from nature trails, picnic pavilions, and relaxation/stargazing areas will help to protect those passive activities and make them a more enjoyable location. External Connectivity Connecting the park to existing public roadways is an obvious element of the design, but one that can't be overlooked. Increased traffic near the surrounding communities, Palmetto Ridge High School, and Corkscrew Elementary School are factors that need to be considered. The BCIRP does not have frontage on Immokalee Road or Oil Well Road, but is adjacent to Collier County owner property, notably the Collier County Fairgrounds with access to Immokalee Road. Access to Oil Well Road through the property previously owned by Bryan Paul was previously considered. In December 2014 GradyMinor prepared conceptual plans for a public road from Oil Well Road through Bryan Paul's property to the BCIRP. However, this option may be compromised due to the recent sale of a portion of Bryan Paul's property as the current proposed development conceptual design does not depict a public road from Oil Well Road to the BCIRP. Collier County RFP 16-6622 TAB III-16 graCyminor.com C BorntI Sprirlg5 239-947-1144 /lel GradyMinor 239-690-4386 engi neering@gradym inoccom In addition to connectivity to nearby major roads, connectivity to the surrounding communities via sidewalks and bike paths should be considered to encourage travel to the park by means other than vehicles with focus on opportunities for increased public access to the lake. Water and Wastewater Utility Service The BCIRP is currently within the Orangetree Utility service area, however Collier County is considering the possibility of taking over the Orangetree Utility, decommissioning the Orangetree treatment facilities and building the Northeast Utility Facility to the north of the BCIRP, which would require conveyance of flows from the existing Orangetree Utility facilities to the Northeast Utility Facility. Therefore, coordination is required with the Collier County Water and Wastewater departments to ensure their existing and future needs are met. Approach Our approach will revolve around putting the residents and stakeholders first, while providing a sound engineered design and exceptional service to Collier County at an economical cost. Project Management GradyMinor's Project Management Policy is anchored around effective communication, exceptional performance, schedule control, and budget control. Effective communication between client and consultant is essential to success of a project. We believe in a proactive approach to starting up a project including extensive due diligence to realize what the necessary scope will be for a project. This due diligence begins with simple questions and answers with the client to try to peel back the layers of the project for a more complete understanding. This initial dialogue then allows the needs of Collier County to be met and creates a good atmosphere of shared knowledge and understanding. This helps to eliminate any misconceptions on requirements and it fosters a more open dialogue during the next phases of design and permitting. The sound communication already established by our familiarity with County staff, standards and codes, and likes and dislikes will set the ground work for a successful multi-phase project such as the BCIRP park. Additionally, having Tony Ruberto as project coordinator/liaison will bring a level of comfort and knowledge to this project that cannot be matched. Project performance is what keeps us in business. Our repeat and long term clients and contracts speak volumes for our project performance. We have become the "go to" firm for many clients who want to get the job done quickly, effectively, and efficiently. Our engineers are hands-on designers with an emphasis on problem solving, quality, customer service, and efficiency. GradyMinor prides itself on being timely in performance and to maintaining a project schedule. The development of the schedule will begin in the kick-off meeting with Collier County where the initial scope of the project is developed. Once this scope is refined and completed, the schedule will be provided with work order provided to the County. This schedule will highlight critical path elements and the responsibility of which party. As the project commences and moves forward, we will have internal Team progress meetings both on an informal and formal basis depending Collier County RFP 16-6622 TAB III-17 gracyminor.com I Ea GradyMinor Bon=ta Springs:239-947-1144 Fork Myers 239-690-4380 engineering@gradym inor.com on the stage of the project. These internal meetings will provide the basis for regularly scheduled progress meetings with Collier County. GradyMinor believes one of the most important items in a public works project is to assist our client in developing a realistic initial construction cost estimate for the project. The recent uptick in the economy has now turned cost analysis into a difficult endeavor, as more contractors become busier with workload and less willing to try to obtain all work possible. We have taken the approach to informally discuss pricing with contractors, as allowed by law, to determine trending in unit prices. This has helped to focus on which items require additional scrutiny for budgetary purposes. With our experience, we can assist in providing bid alternates that will allow flexibility without altering the final product. Building Trust & Keeping Trust Building public trust and maintaining public communications throughout the project is one of, if not the most important feature of the Big Corkscrew Island Regional Park project. Folding the public into the project and the project's decision process will ensure that the resulting facilities are treasured by its users. The GradyMinor team is made up of nearly 40 Collier County employees. As a result, we are part of the public and our personal interest in the park will be very relatable to the public and will help to break down barriers between consultants and the public. Mike Delate, P.E., our proposed project manager, attended the December 1, 2015 public meeting for the BCIRP and listened to the questions and input from the residents. The public showed great passion for the Park and Park elements. Our Team shares in this passion and we are excited about the opportunity to work with the County and the public to build the BCIRP. With a project of this magnitude and attention it may be advantageous to create a Project Website to provide a single source of information on the project. This website could be a standalone webpage, a subpage on the County's website, or a subpage of GradyMinor's website. The website would be a very valuable tool to communicate with the public and would provide information on the project, including the status of the project, project meetings, schedules, contacts, etc. An additional avenue to communicate and build trust with the public is via Collier County TV (Channel 97), which is operated by the County's Communication and Customer Relations Division. Collier TV provides the citizens of Collier County information on local government plans and services, facilities and projects, events and programs. A news segment and/or short video about the Big Corkscrew Island Regional Park project could be aired that would provide information on the project, including the project's status, project meetings, schedules, and contacts. Additionally, the video could be made available on the project informational website and the Collier TV's YouTube page (https://www.youtube.com/user/CollierGov). Collier County RFP 16-6622 TAB III-18 grac ym i nor.com rs 1 1. „.„.7 .1Bonrta Springs:239-947-1144. GradyMinor Fort Myers 239-690-43$0 engineering@gradym i noncom Technical Approach Project Kickoff Following consultant selection for the Big Corkscrew Island Regional Park project, we will meet with the County's Project Managers/Staff to review GradyMinor's draft scope of services and fee. This includes the review of other consultant's scopes, work, and schedule to ensure we fully understand the County's needs, objectives, schedule and budget. We will begin work immediately to ensure the project's schedule is adhered to. We pledge to communicate regularly with the County; return phone calls and e-mails; attend all project meetings; work diligently; and provide accurate, economically feasible and constructible plans and specifications. Master Planning A multi-year, multi-phase project needs to be mapped out to assist with schedules, budgets, and to provide reassurance to the public that this project has been well planned. We understand that this project will be accomplished over many years and will be based on a Master Plan, once approved by the Collier County Board of County Commissions. While not specifically identified in the RFP advertisement, Park Master Planning assistance may be required to assist the County's current Master Plan consultant or provide a peer review. As a result we have included on our team Barth Associates, which is headed by David Barth, PhD, a nationally renowned Park Planner. If requested by the County, David's expertise could be utilized to meet broader community needs for sustainability and resiliency in conjunction with the design of the park and provide guidance in designing the park as a High Performance Public Space (a space that generates economic, environmental, and social sustainability benefits for their local community). Existing Conditions Survey GradyMinor's experienced in-house local survey crews will perform a detailed existing condition and topographic survey of the project site. GradyMinor has existing established control points along lmmokalee Road, Oil Well Road, and Randall Boulevard. We do not need to complete long benchmark runs to begin acquiring data. Additionally, GradyMinor previously prepared a boundary of the park site and a bathometric survey for the lake, which Collier Count Real Property department used in the property ownership transfer. Our previous survey work on the BCIRP will result in cost savings and schedule efficiencies. Design GradyMinor strives to ensure each project has a long lasting positive affect on the community. GradyMinor will diligently work for and with the County Staff throughout the design phase to provide the best and the most economical design to satisfy the project requirements and to provide cost-effective operation and maintenance of the facilities. We encourage input from the individuals that will own, operate, and maintain a system after it is complete. We feel that input from staff at all levels can make an enormous difference to the long term satisfaction of a project. We are very open to listening to staff recommendations and will translate the recommendation into the project requirements to ensure the County staff receives the products they wanted. Collier County RFP 16-6622 TAB III-19 gracyminor.com 8o,1:!a SRr ings239-947-1144 GradyMinor Fort Myer 239.690-4384 engineering@gradyminor com Upon receipt of a notice-to-proceed for the design of a phase of the Big Corkscrew Island Regional Park, we will meet with the appropriate design team members to develop a schedule for the design. We proposed to complete the design for each phase of the BCIRP project in three design stages; 30%, 60%, 90%, and 100% stages. 30% Design The 30% design will depict the layout of the proposed improvements and facilities, plan view only. In addition to the design drawings, renderings of the proposed improvements will be provided for presentation purposed. Once all the data is gathered and 30% design drawings are drafted, the 30% design drawing will be provided to the County for review and comment along with an Engineer's opinion of probable construction cost. At the 30% design level, it is recommended that pre-application meetings are held with permitting agencies having jurisdiction over the project, including but not limited to FDEP, SFWMD, and the Fish & Wildlife Commission; and an informational meeting is conducted with the Commissioner for the District (District 5) that encompasses the BCIRP (Commissioner Nance). Following the County's review, we will conduct a 30% plan review meeting to discuss the plans, review comments, and ultimately receive the approval to move forward to the next design stage. Additionally, per the promise made at the public meetings for the BCIRP, the 30% design will be presented to the public for input. 60% Design Based upon comments received from Collier County, the public, and the permitting agencies; GradyMinor will prepare the 60% design and update the renderings. The 60% design drawings will be provided with plan and profile views and an updated opinion of probable cost. The 60% design drawings will be submitted to Collier County for review and comments. Following the County's review, we will conduct a 60% plan review meeting to discuss the plans, review comments, and ultimately receive the approval to move forward to the next design stage 90% Design Based upon comments received from Collier County, the public, and the permitting agencies; GradyMinor will prepare the 90% design and update the renderings. The 90% design drawings will be provided with plan and profile views and an updated opinion of probable cost. The 90% design drawings will be submitted to Collier County water distribution, wastewater collection, stormwater, transportation, and growth management departments for review and comments. Following the County's review, we will conduct a 90% plan review meeting to discuss the plans, review comments, and ultimately receive the approval to move forward to the next design stage Quality Assurance/Quality Control GradyMinor believes that quality assurance and quality control (QA/QC) is an essential component on every project. An experienced set of eyes reviewing a project in detail before it is put out to bid can improve the constructability of a project while decreasing construction costs and potential change orders. In addition to QA/QC reviews by one of our seven (7) in-house Collier County RFP 16-6622 TAB III-20 gracyminor.com Bon^ta Spr INS 239-947.1144 GradyMinor Fort Myer,.239.690-4380 engineering@gradym i noncom local Professional Engineers; all projects are reviewed by GradyMinor's Construction Engineering and Inspection Group manager Rick Featherstone, G.C. Rick is a licensed General Contractor with over 35 years of experience in SW Florida. Rick is an invaluable last set of eyes with a proven track record on Collier County projects. Additionally, Tony Ruberto will be integrated into the review process to ensure the design fully considers the County's needs. 100% Design Upon receipt of any 90% review and permitting comments, GradyMinor will finalize the plans for bidding and subsequent construction. An engineer's opinion of probable construction cost will accompany the 100% Design Submittal. Following the County's review, we will conduct a Final Design plan review meeting to discuss the plans, review any final comments, and ultimately receive the approval to move forward to the bidding stage. Permitting At the 90% design stage, GradyMinor will prepare the required permit applications and supporting documentation. GradyMinor anticipates the following permits: frA Master Individual Dewatering (40E-2.301 F.A.C.) from the SFWMD. A Dewatering Plan will be created in support the master dewatering permit. yAn Individual Permit Modification to the Orange Tree SFWMD Permit A Notice of Intent (NOI) to use the Generic Permit for Discharge of Ground Water from Dewatering Operations, per Rule 62-621.300(2), F.A.C. from the FDEP. A US Army Corp of Engineers Environmental Resource Permit from the US Army Corp of Engineers and South Florida Water Management District. The US Army Corp of Engineers will Public Notice this project, as a result agencies such as US Fish and Wildlife Service will comment on wildlife concerns/requirements. ;>-‘An Application for a Specific Permit to Construct PWS Components (form 62-555.900(1)) from the FDEP. r Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System (form 62-604.330(8)(a)). ➢Collier County ROW permit for portions of the project that affect County roads. Opinion of Probable Project Cost It is important in all projects to provide accurate opinions of probable construction cost throughout the design phase and at completion of final design. These estimates allow adjustments to be made to the design to account for established budget. We will utilize a combination of sources in developing our opinions of probable construction cost. These sources include previous bids received on similar projects (both our projects and other County Collier County RFP 16-6622 TAB III-21 gracyminor.com i c Bc,r to Sprinvs 239-947-1144 GradyMinor Fnrt Myer;239-690-4380 engineering@gradyminncom projects) and discussions and estimates from independent sources (Contractors, Manufacturers, etc.). Bidding Phase Based on Collier County's approval to proceed to the bidding phase, GradyMinor will provide Collier County the Contract Documents in MS Word and/or PDF format (as applicable) for bidding by the Collier County Purchasing Department. Contract documents will include drawings, specifications, bid schedules, and any documents pertinent to bidding, such as geotechnical reports. GradyMinor will assist the County with the following: Preparing addenda, as required, to interpret, clarify, or expand the Bidding Documents. Advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the Prime Contractor. >Consult with the County concerning and determine the acceptability of substitute material and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the Bidding Documents. Attend a pre-bid/quote conference Attend the bid opening. ➢Review bids and Contractor qualifications. >Provide a recommendation letter of award. Construction Administration Direct and effective communication is critical on all phases of a project; this is especially important during the construction phase. GradyMinor's experienced inspectors and engineers will stay in close communication with the Contractor(s), Collier County staff, County Risk Management, Neighborhood Association, residents, schools, and businesses. Provided on the following pages are firm profiles for our proposed Team. Collier County RFP 16-6622 TAB III-22 gracyminor.com Bonita Springs:239-947-1144 1 c AGradyMinor Fort Myers:239-690-4380 engineering@gradyminorcom I Services: Lead Consultant Project Management Civil Engineering , Address: 3800 Via Del R "'}� ,< a eY ., Rey Bonita Springs, FL 34134 www.gradyminor.com "-,}, Firm Profile - 4 it { Q. Grady Minor & Associates, P.A. (GradyMinor) ; Q4.'`` - '', has been practicing Civil Engineering, Land Surveying, Planning and Landscape Architecture in \ Collier County for 34 years. Our clients include Collier County, City of Naples, Lee County, Bonita Springs Utilities, Inc., City of Bonita Springs, City of " 's_ Fort Myers, numerous Community Development Districts, and private developers. We have a staff Project Role of over forty (40), nearly half of which live in Collier GradyMinor will serve as the Lead Consultant County; including seven (7) Professional and Civil Engineer for the Big Corkscrew Island Engineers, a Professional Surveyor and Mapper, a Regional Park project and will perform the following Certified Planner, a Landscape Architect, three (3) Engineer Interns, eight (8) Engineering services: Technicians, Administrative Assistants, five (5) Survey Crews, Survey Technicians, and Field ➢ Infrastructure Identification Engineers. We recently ranked number one on the ➢ Site Design and Permitting selection of engineering firms by Collier County for ➢ Stormwater Design and Permitting their 2014 fixed term contract. We competed ➢ Transportation Design and Permitting against 72 other firms. ➢ Utility Design and Permitting ➢ Project Management GradyMinor believes that the success of any ➢ Quality Assurance/Quality Control project relies on our ability to communicate directly ➢ Construction Administration. and effectively with all other parties involved in the process, including County Staff, Contractors and the General Public. This communication serves to establish appropriate expectations of all involved � and aids to foster the team environment that can be put to use to overcome challenges that may arise .- - - "' "� during a project. Furthermore, GradyMinor prides itself on client service and will always strive to f, ' ',#t perform in the best interest of our client, both in the present and in the future, and will represent the A County respectfully throughout the process. 1A.Ai \,... �' idir Collier County RFP 16-6622 GradyMinor Profile • gracynninor.cam law L; ,:239-947-1144 181 ,GradyMinor _ " _'i, 239.690-4380 e n g i n e e r i n g®g radym i nor,co m Key Personnel Frank Feeney, P.E. Mike Delate, P.E. Frank, a senior project engineer with over 15 years Mike, a Collier County resident with over 27 years of experience on a variety of Municipal Projects in of engineering experience in Collier County, will SW Florida, will assist Mike with the Stormwater serve as the Project Manager for the Big Design and Permitting on the BCIRP project. Corkscrew Island Regional Park project. Mike has Frank has served as project engineer on a variety extensive local Collier County knowledge and has of Collier County projects that included overseeing served as the project manager for over fifteen the survey, engineering design, generation of Collier County Park projects. Mike will oversee the plans, project permitting, bidding services, cost work, supervise the personnel assigned to each estimating, construction inspection, project start-up task, and provide technical expertise. Mike will and final project close-out. coordinate directly with the County and the entire project team. R. Daniel Flynn, P.E. Daniel's MOT and transportation design Mark W. Minor, P.E. background includes a variety of projects ranging Mark, a Collier County resident, is the president of from minor resurfacing/widening projects to the GradyMinor and has been with the firm since design of Limited Access Facilities throughout the graduating from College 30 years ago. In addition state of Florida. Daniel will assist Mike with to running the business, Mark continues to manage Transportation Design for the BCIRP project. his own engineering projects. Mark will oversee the Daniel's engineering experience includes MOT negotiation of the contract between GradyMinor, design, horizontal and vertical geometry designs, Sub-consultants, and Collier County and he will super-elevation layouts for roadways, and ensure all contract obligations are met. sidewalks and intersection projects. Tony Ruberto, PM Rick Featherstone, G.C. Tony, a Collier County resident, worked for Collier Rick manages GradyMinor's CEI Group and is a County as a Sr. Project Manager in the Collier licensed General Contractor with over 35 years of County Parks and Recreation Department for over experience in SW Florida. Rick will provide 13 years. Tony will serve as the Project QA/QC services for the BCIRP project. Rick is a Coordinator/Liaison and will bring a level of valuable last set of eyes that checks for knowledge to the BCIRP project that cannot be constructability and economic feasibility. Rick has matched. Tony's experience as the senior project been the construction inspector on countless Collier manager for the County's North Collier Regional County projects. He is well known for not only Park will be invaluable to the BCIRP project. He discovering issues, but providing resolutions to was also the original PM for the BCIRP and Gordon them. River Greenway park. Donald Saintenoy, P.S.M. Justin Frederiksen, P.E. Donald Saintenoy, P.S.M., GradyMinor's survey Justin, a Collier County resident with over 15 years department manager has over 12 years of of engineering experience in Collier County, will experience in Collier County, will serve as the serve as the Assistant Project Manager and Surveying Manager for the BCIRP project. Utility System Designer for the BCIRP project. Donald has degree in Geomatics (surveying) from Justin will assist Mike Delate on overseeing the the University of Florida and is a licensed project and provide technical expertise in utility Professional Surveyor and Mapper in Florida. design. Just served as the Deputy Utilities Director Donald recently prepared the boundary survey for of the City of Naples for nearly 5 years and is very the BCIRP site. His expertise runs across the knowledgeable on the operation of a utility system. discipline and includes directing survey field crews on data collection for design surveys, boundary and construction surveys. Collier County RFP 16-6622 GradyMinor Profile gracyminor.com k, I G 610 VICTOR J. LATAVISH ARCHITECT, P.A. Services: Architectural Design ,1 Address: 4100 Corporate Square . •' Naples, Florida 34104 www.latavish.com Firm Profile Victor J. Latavish Architect, P.A. (VLA) specializes `=`""'``'" in the design of civic architecture and recreational 1 u ' 4 facilities. The firm was established in 1989 and has designed over 100 local governmental building projects, including community centers, park ,. , pavilions, boardwalks, concessions, picnic shelters, and an aquatic center with a 25 meter competition 44 1 -$ I , pool, family pools, and Interactive Water Feature splash pad. VLA is very familiar with Collier County properties, Key Personnel staff, and Vertical Standards requirements for Victor J. Latavish, AIA, Principal durable materials and ease of maintenance. Recent Victor is a Collier County resident with 32 years of projects for Collier County include facilities at the experience as a licensed Architect, including 26 following parks: years as a firm Owner in Naples. He will personally ➢ Eagle Lakes Community Park provide hands-on project management throughout > Margood Harbor Park design and construction. > Max Hasse Park ➢ Sugden Regional Park Michael E. Thomas, Senior Associate > Vanderbilt Beach Park Michael has 34 years of specialized technical experience as a Construction Administrator and 25 For the Big Corkscrew Regional Park project, we years experience in AutoCAD Contract Document propose the same staff and team of subconsultants preparation. Michael will perform the AutoCAD utilized for these projects. design work for all architectural elements of the Big Corkscrew Island Regional Park project. Project Role Victor J. Latavish Architect, P.A. will serve as the Awards Architect for the Big Corkscrew Island Regional Victor J. Latavish Architect, P.A. received the AIA Park project. Architectural design will include Firm of the Year Award from the Southwest Florida mechanical, electrical, structural, and plumbing Chapter of the American Institute of Architects in professional services. 2008. Additional AIA Awards include: ff , ''; > 2013 Test of Time Honor Award , ,, , > 2013 Honor Award for Excellence in Design , 4 ➢ 2012 Test of Time Honor Award +,lk� > 2011 Honor Award for Excellence in Design Nk ➢ 2011 Presidents Award ➢ 2008 Honor Award for Excellence in Design x M > 2006 W. R. Frizzell Medal of Honor > 2006 Presidents Award ➢ 2003 Honor Award for Excellence in Design Collier County RFP 16-6622 Victor Latavish Profile �gradyminor.com IIIIIIIIIIIIn l' VICTOR J. LATAVISH ARCHITECT, P.A. Victor J. Latavish Architect PA has built a reliable track record of delivering projects on-budget for Collier County Government and other ik institutional clients. Follows is a partial list of our Collier County Parks ,rt and Recreation projects: Bluebill Avenue Beach Access Public Restroom Facility ,, _ RM. it iii Caxambas Park Dockmasters Building a r Clam Pass Park Tramway Station ti— `ice:.. Eagle Lakes Community Park Community Center - Maintenance Building Swimming Pool Complex (in design) Pool Equipment Building Main Pavilion, Restrooms, Showers `"` t Lifeguards Building Pool Pavilion & Shade Structures t '.� East Naples Community Park Community Senior Center 1 - = . Golden Gate Community Park Picnic Pavilion & ADA Renovations Gordon River Greenway Park Construction Admin. Services Margood Harbor Park Interpretive Center Reconstruction Picnic Pavilion & Gazebo Maintenance Building Max Hasse Park Community Room & Fitness Center r ! f +' : P --" • I,_ ,�' r Pelican Bay Park Maint. Bldg & Racquetball Court ,,iii fob ,, R. i-. Sugden Regional Park Park Rangers Station , , Picnic Pavilions ` Main Restroom Pavilion Lake Pavilion Family Restroom Maintenance Building Sailing Center Water Ski Building NM Tigertail Beach Park Concessions Building Memorial Kiosk Guardhouse & Site Improvements Boardwalk Replacement Vanderbilt Beach Park Public Restroom Facility o r. -- '„' Victor Latavish Profile gradyminor.corn ri RE DESIGN STUDIOS :dscdpe Architecture Services: Landscape Architecture ''11: ' 4. .�, g , . � rt Address: 10208th i - -. ; 1` ' '' '" "' Avenue South Naples, FL 34102 - j v..'' 7: www.jrl-design.com - y ' - $ o I ,,Ivar.,i �; I • E t Firm Profile " JRL Design Studios (JRL) is an established ,, Landscape Architectural firm that has been based in South Florida since the 1970's. The main office is located in Naples, Florida. The firm has been involved with some of the largest and most comprehensive projects in South Florida both on the East and West Coasts. Recent inclusions are /' Pelican Bay; Pelican Landing Master Plan; Edison Community College Student Center; Mary Jo �, , , �. ' Sanders Inspirational Garden; Wyndemere Master • ,� . ` 1 'K° , Plan; The Naples Bay Resort and Cottages; The , Moorings Park Campus and Healing Garden; thei^'. ,,,, Mornings Park Grey Oaks and Arlington Assisted �• rt ` � LivingCampuses. Throughout our firm's historyrAL ''' h•{ : p 9isa � . focus on parks such as Golden Gate Community ' " .'; �« ham ,, h1.�.,,3; "�_... "_ Center, Pelican Landing Open Space Master Plan, � Manatee Park, Eagle Lake Park and Mackie Park Renovation on Marco Island. 0. ; The firm's design philosophy over the many years of practice since the early 1970's has remained constant. JRL combines technology, creativity, 1: - practicality, innovation and appropriateness in all of their design efforts. The services we bring to our clients are aimed at achieving their programmed goals; meeting their budgetary and scheduling constraints and reducing their project related stress Project Role through our experience, knowledge, JRL Design Studios will serve as the Landscape responsiveness and promptness. The firm has Architect for the Big Corkscrew Island Regional created gardens and intimate spaces to a high Park project. JRL Design is confident of our degree of excellence that contribute to a better experience and ability to serve on the team for quality of life. Our work is sensitive to the site, the Corkscrew Regional Park and to meet all the client's program and the environment; the result is requirements in a timely, effective and efficient a beautiful and lasting design for people to enjoy as manner. a place to work, play, live and learn. We seek to exceed our client's expectations and positively impact their experience. Collier County RFP 16-6622 JRL Profile gradyminor.com L j DESIGN rill jV. r \_i. Lands;ape A Lh;Dccture 105 41_ - , * * ` Key Personnel i -4 / r P „A.. , John P. Ribes, FASLA . ..,E t • / , John, a Collier County resident with over 26 years 4 �, ^ , , � -��,0r,t:�?, �z, � of experience in SW Florida, will serve as the ia' ". —7.'iv,---:.-- ,- 4 4* - F , ) 1P ' Landscape Architect for the Big Corkscrew Island Regional Park project. John has extensive "`` ,: ,� ,.� �1/ ---'""—al‘'R � ��, knowledge of the native tropical plant materials in ad � , ; f' R« Collier County and he strives on every project to o . �' 4eunvni formulate a design approach that integrates the site . ' e Ai 1 with the environment and the imagery of SW '�,,, ,f I Florida. Comprehensiveness and thoroughness defines the approach John brings to all of his project involvements. In the design process it is reflected in appropriateness, environmental responsiveness, technical expertise, attention to detailing, field expertise, construction knowledge f f `.- a and contractual understanding. i t,;# ' � ;• .- Thomas Mead Tom, a Collier County resident, holds a degree in ' ... ;- , l•q "'t4'-*e t '-"` landscape architecture and has over 4 years of ' experience in Collier County. Tom will serve as the Landscape Designer for the Big Corkscrew Island Regional Park project. Tom will assist John on the landscape architecture design. --""" . Awards --- ` JRL has received several awards on their projects , _1- in recent years including the following: t. --....-1.**- _ " --_,..se > FNGA Award of Excellence— Interiorscapes ➢ ASLA Award of Excellence — Tiburon Golf •. .. Landscape 'y _ > ASLA Award of Honor — Innovative Design , � .:�a Approach _ ➢ FASLA Award of Merit — Pelican Landing -- x i - `1,1 8-4 -a° ,' Landscape Master Plan et sits ➢ ASLA Award of Honor— Pelican Bay r i z s r � ` _ t § . a z zr � lc' ., , ,-..4,--1 \iiii.r.d .,...--. - --0. , . N.4.. • . ,..74,7 0 _ 1 =.4‘,::-.ralott. e....eat.....; Collier County RFP 16-6622 JRL Profile raclyminor.com 1 1 r . .. „..., J., _ . nF w . .'14 w .' # , +., ws 9 t4 �' .I ` yf + 4* w.: COLI tR ENV1R()NT l NTAI CONSULTANTS INC. ,I lI { "1�+,`t�� 3880 Estev Avenue Naples.FL 34t01 Services: Environmental Address: 3880 Estey Avenue Naples, FL 34104 Firm Profile Collier Environmental Consultants Inc (CECI) was As a part of the GradyMinor team, CECI provided established in 1996. Its principle, Marco Espinar environmental services for the BCIRP's 2010 worked for Southwest Florida Water Management project to design, permit, and construct a District and Collier County prior to openingCECT. canoe/kayak launch, parking area and walkway CECI is a full service environmental consulting firm. around Big Corkscrew Lake. CECI's existing CECI provides wetland jurisdictional determinations, experience on the BCIRP and project nearby, permitting, vegetation wildlife surveys, mitigation including the Big Corkscrew Island Fire Station will monitoring plans, and various other environmental translate into efficiencies on the current BCIRP consulting and planning services for developments. project. CECI has experience dealing with numerous federal, state and local regulatory agencies. CEC •T` has also specialized in Red-cockaded woodpecker surveys and gopher tortoises. CECI can conduct gopher tortoise surveys, testing for URTD (Upper Respiratory Tract Disease), excavation and ,� t= relocations. Marco Espinar has served on numerous boards including Collier County's Environmental Advisory Council, Development Services Advisory Board and Conservation Collier. - - CECI provided environmental services on the following Collier County projects: ➢Sugden Regional Park >East Naples Community Park � : , ; >Gordon River Greenway Park ➢Big Corkscrew Island Fire Station w ➢Big Corkscrew Island Regional Park . , s / 1 � • ; ➢Lake Trafford Restoration " # 4, ➢Esperanza Place Affordable Housing - ' ➢Century Park i ➢Copeland Area Rezoning l '� I Project Role Collier Environmental Consultants Inc. will serve as the Environmentalist for the Big Corkscrew Island Regional Park project. Collier County RFP 16-6622 Collier Environmental Profile gradyminor.com s Awards Marco Espinar received Collier County's Advisory Committee Outstanding Member Award and was appointed to the Collier County Environmental Advisory Board. Additionally, Marco was appointed by the Board of Collier County Commission and currently serves on the Development Services Advisory Committee and the Land Development Code Sub-Committee. 4,41"P, I 1,10 tfI lit 411111) - Collier County RFP 16-6622 Collier Environmental Profile gradyminor.com HECHollis Engineering Consultants. Inc. Utility Valuation.Solar.Electrical Lighting&Power Design Services: Lighting & Electrical Design - Address: 16900 Colony Lakes Blvd. "'' Fort Myers, FL 33908 Firm Profile _ Ildr- " " Formed in 2004 by Tomas E. Hollis, P.E., Hollis Engineering Consultants, Inc. (HEC) specializes in the design of electrical power, lighting, roadway lighting, and fire alarm, solar photovoltaic applications in municipal, commercial, and amu^ residential. Additionally, HEC provides onsite inspection of Transmission and Distribution facilities for electrical utility valuation projects. HEC provided lighting and electrical design on the following Park projects: Gordon River Greenway Park Max Hasse Community Park , Pelican Bay Community Park ➢East Naples Community Park Gateway Soccer Fields Estero Community Park ir HEC is very experienced with the modern requirements to minimize the harmful effects of light pollution. Additionally, HEC believes in the "Dark • Sky" initiative to only light what needs to be lighted; t. _ , design outdoor lighting that is only as bright as necessary; design lighting systems to minimize . . .~. - blue light emissions; and to fully shield lighting from _- .�§ upwards pollutions Project Role Key Personnel Hollis Engineering Consultants, Inc. will serve as Tom Hollis, P.E. the Lighting & Electrical Engineer for the Big Tom has more than 48 years of local Southwest Corkscrew Island Regional Park project. Florida experience in the field of electrical Awards engineering and project management. Mark will serve as the Lighting and Electrical Engineer Mr. Hollis has received numerous awards from the for the Big Corkscrew Island Regional Park project. Florida Engineering Society of which he was made Tom has extensive experience in designing lighting a fellow in 1988. He was recognized for and electrical systems for municipal and Outstanding Service to the Engineering Profession commercial projects throughout SW Florida in 1984 and 1992 and as Chapter Engineer of Year in 1977. Collier County RFP 16-6622 HEC Profile gradyminor.com 1 4 A ,, Playgrounds by LEATHERS i learn build Play! 4;, Services: Playground Design .4 ;,, ., „, Address: 725 North AIA shil 4 `, 4. Jupiter, FL 33477 www.leathersassociates.com ;1* , ' I � 4 t L 4 Firm Profile A Founded in 1971 by Robert S. Leathers, Leathers & r I I Associates (Leathers) has more than 44 years of '''‘'i ' _ ...t. experience creating custom-designed inclusive +� I� ' - .11 1' playgrounds. Leathers is a family business with 16 staff members with more than 220 years of combined experience. Leathers recently completed ' -����� r the stunning all-inclusive Cambier Park playground for the City of Naples Cambier Park and has completed more than 3,200 projects which can be found in all 50 states as well as seven other countries. Atal 1 r i '' 1 All of Leathers' designs meet or exceed the ASTM, .,;:,� _ _ �,,..: ��, CPSC, and ADA recommendations and , ,';'01-', �, ; , �1 requirements. Owner and president for over 15 , P' years, Marc Leathers, volunteers on the ASTM - a t - A committee which helps create safety standards for D f public playgrounds. Upon completion of every ��'k - project, one of our Certified Playground Safety '�—� Inspectors will inspect and certify that the playground meets these recommendations and ; guidelines. During our staff retreat, we provide - ;;_ _, ,� professional training to our entire staff on M. . accessibility and all-inclusive playground design. Our staff continually monitors current trends and developments in all-inclusive play. Over the years 1, `, `;' we have completed numerous complex projects „f,.;= that ranged from science centers, zoos and teen ,r, centers to very large all-inclusive fully-accessible 1' ` iE playgrounds. We feel strongly that our team has the fx' " experience and abilities to provide Collier County , "zl = ' • with the very best customized all-inclusive ,_r ,- playground. _ _ { 2 `4 Project Role Leathers & Associates will serve as the Playground Designer for the Big Corkscrew ' `: Island Regional Park project. They have the experience and knowhow to provide an original and awe inspiring playground design that will make the Big Corkscrew Island Regional Park a destination. Collier County RFQ 16-6622 Leathers Profile gradyminor.com . . kJ Key Personnel w; Playgrounds by LEATHERS Marc Leathers, President . E : Marc is the President and owner of Leathers and has worked at Leathers for 36 years. As a hands- on owner, Marc is involved in all aspects of the Doug Hanauer, Construction Supervisor company from design through project management Doug is one of Leathers most experienced and construction. In a team working environment, construction consultants with more than 29 years of he works hand-in-hand with his staff to insure the playground building under his belt. Doug is a firm is providing top notch design solutions and nationally certified playground safety inspector services to meet client needs. (CPSI) and knows the safety standards and guidelines that apply to today's playgrounds. Doug Jane Holman, Designer/Project Manager will provide design QA/QC and construction supervision on the Big Corkscrew Island Regional Jane's 35 years of architectural and design background, coupled with her creative energy, Park project. make her an exceptional designer. Jane has personally project managed and designed hundreds of playgrounds across the United States. Awards Jane will serve as the lead designer and project Leathers has received numerous design awards manager for the Big Corkscrew Island Regional over the years. They have been featured in major Park project. publications (Time, Smithsonian, People, etc), as well as featured on popular TV productions such as Jim Houghton, Art and Safety Consultant Sesame Street and Mister Rogers' Neighborhood. Jim Houghton is an integral part of Leather's Our all-inclusive playground, Matteo's Dream in creative design team. In addition to being a gifted Concord, CA was featured in this year's Rose Bowl designer, he is also a talented artist and project Parade and received the tournament Special manager. Jim specializes in creating all-inclusive Trophy. Just prior, Leathers & Associates had five play spaces. His playground creations have earned of its playgrounds recognized in the Top 30 most numerous awards for their design and impressive accessible and inclusive playgrounds in inclusiveness. He is a nationally certified the world as selected by special-education- playground safety inspector (CPSI) and knows the degree.net, with Tatum's Garden (Salinas, CA) safety standards and guidelines that apply to featured at #2 and Shiver Me Timbers (Lake today's playgrounds. Jim will assistant with Charles, LA) at#1. designing, provide safety reviews, and provide input on special feathers and art consultant for the Big Corkscrew Island Regional Park project. Kyle Cundy, Project Manager/Special Features Art Consultant Kyle worked for ten years directly with Leader's founder and nationally acclaimed architect, Bob Leathers. During that time she was trained in project management, community organizing and assisted with designing. Kyle will provide project management assistance, design guidance for playground special art features, and lead community involvement. Collier County RFQ 16-6622 Leathers Profile gracyminor.com Aquatic " 6 Design &' 66 6 • 1ic Engineering 464 Services: Pool Designt , f !fir t -i , rL_, 1 ,T11v Address: 189 South Orange Avenue Orlando, FL 32801' —" • www.adedesign.com � t Firm Profile Our mission is to be a world-class aquatic firm Tr` that sets the standard in providing innovative and timeless design coupled with comprehensive and enduring engineering solutions for development partners. We always start with our mission statement, which Project Role is written above. Those 29 words are much more Aquatic Design & Engineering will serve as the than just words to Aquatic Design & Engineering (ADE) — they form the statement that guides our Pool Designer for the Big Corkscrew Island work each day. During our more than 28 years as a Regional Park project. The designers at ADE are company, ADE has been privileged to design some passionate aquatic designers that strive to deliver of the most spectacular aquatic features in the extraordinary results every. world as well as water features in our own backyard. We are blessed with the trust and confidence of the Key Personnel clients that select us because without these committed owners and skilled consultant partners, Ken Martin, Founding Principal we could not accomplish what we do. Ken founded Aquatic Design & Engineering (ADE) Since 1987, we have designed more than 2,000 in 1987, and is recognized as a world-class aquatic successful aquatic projects. Some of these include designer and engineer. Ken will provide expert the North Collier Regional Water park, the Naples design review and assistance on the Big Corkscrew Eagle Lakes Community Center, the Orlando Island Regional Park project. Additionally, all YMCA aquatic play area, the Naples Beach & Golf ADE's designs are reviewed by Ken to ensure Club, nearly 100 aquatic features for Walt Disney constructability, design innovation, and cost World Resorts, dozens of Marriott Vacation effectiveness. Properties, various Caribbean resort aquatic properties including the Four Seasons and Ritz Jonathan Toays, Studio Director Carlton, marquee city centers that exhibit show Jonathan is an expert in aquatics and has the skills fountains and interactive water features, and other to solve complex challenges in each phase of aquatic projects from water parks to community design, from concept to completion. Jonathan will aquatic facilities and all sorts of water in between. oversee and provide direction on the design of the At each project, we learned the value of teamwork. Big Corkscrew Island Regional Park project. Because of our large-scale project experience, we Johnathan excels at facilitating communication understand the value of regular and on-going between members of the design team and his coordination, and we apply that to every job we attention to detail has is critical. take on, large and small. We understand and appreciate the high level of design and Awards construction implementation required for a project ADE has received numerous design awards over to achieve in order to provide a world-class the years including Aquatics International Dream amenit Y• Designs for 2012-2015. Collier County RFP 16-6622 Aqua Design Profile gracyminor.com Aquatic" , a 6° Design &` .; 6 „, Engineering.% .. Representative Proiect List `"'o.- . - `, Eagle Lakes Community Center The Eagle Lakes Community Center provides a full Orb offering of aquatic amenities to Collier County residents. Amenities include a twin water slide, 64'.,../:. ' 4 zero-entry wading pool complete, wet play structure with slides, sprays and a dump bucket; and eight lane competition lap. ale...„. ,/ North Collier Regional Park t „ . - / This 20 acre multi-million dollar development was 1 f .-- f funded by Collier County. This waterpark features i' �� .. yy major attractions such as a waterslide tower, lazy ` " , . �y'IMF + river, adult swimming pool, and children's pool with .7) f. .,--,-,-,#, -,..4 .. an interactive water feature. For this project's lazy ,i i { -s . river, waterslide tower, � . features, ADE provided hydraulic, structural, A , pool area, and water 440 ` filtration, and chemical system design and r- . '1 ' W. (, engineering services. vo� „� South Tampa YMCA :grip As a non-profit organization, the YMCA has been `° able to provide resources to those who might not be able to afford them otherwise. The YMCA South .' - - ': Tampa sought to provide pools that would add to the amenities offered by this Tampa, Florida `r community facility. ADE designed a therapy pool, a : \ lap pool, and an activity pool with a log walk, wet ( '•••••... play structures, and a waterslide. For this project's `_ � aquatic amenities, ADE provided hydraulic, - structural, filtration, and chemical system design and engineering services. Collier County RFP 16-6622 Aqua Design Profile gracyminor.com ,4 if I iit _ , ENGINFERINe FORGE „it5 NCR INNOVATIVE ENGINEERING SOLUTIONS _ 1 Services: Geotechnical Engineering Address: 2224 Trade Center Way , Naples, FL 34109 ` ' fj .„ vvvvw.forgeenq.com S. l i .I Firm Profile Forge Engineering, Inc. (FORGE) is a fully licensed and insured engineering consulting and materials Key Personnel testing firm located at 2224 Trade Center Way, Naples, Florida 34109. FORGE has been serving Matt H. Nolton, P.E. the public and private sectors since 1996. The Matt is a Professional Engineer and the CEO of three principals of the firm have over 90 years of Forge Engineering, Inc. Matt will serve as the combined experience performing engineering and Geotechnical Engineer for the Big Corkscrew inspection services in the State of Florida, with over Island Regional Park project. He has worked and 75 years in Collier County. FORGE currently owns lived in Southwest Florida since 1975. His expertise and staffs personnel to operate two drilling rigs and is in the fields of construction, inspection, forensic has the only full-service materials testing laboratory engineering, construction materials, and in Collier County. As a subconsultant to geotechnical engineering. Over the past 25+ years, GradyMinor, FORGE performed the geotechnical he has been involved with various aspects of many investigations for the 2010 Big Corkscrew Island large projects throughout Florida, including Regional Park project. Southwest Florida International Airport in Fort Myers, Florida. FORGE is very familiar with the proposed park site and possess a significant amount of data already Richard Lundberg, P.E. gathered concerning the subsurface conditions. Richard is a Professional Engineer and Vice- FORGE's personnel are some of the most President of Forge Engineering, Inc. Richard will experienced engineers and engineering technicians assist Matt in Geotechnical Engineering and in the Southwest Florida area with years of local provide QA/QC on all geotechnical reports. His experience on projects ranging from high-rise expertise is in the fields of construction, inspection, condominiums/hotels to garage structures to forensic engineering, construction materials, and airports to utilities and roadway projects. FORGE's geotechnical engineering. principals always apply their expertise to provide their clients complete successful, cost effective and Awards timely projects. They look at each project as a FORGE received a US Institute for Advancement of challenge to find and provide sound engineering Trade and Commerce Excellence Award along with recommendations while maintaining as much cost a "Best of the Business” award from Gulfshore savings as possible for our clients. Buisness Magazine in 2015. Additionally, FORGE received a Diamond Level award for Construction & Project Role Engineering from the Florida Community Forge Engineering, Inc. will serve as the Association Journal in 2015. Geotechnical Engineer for the Big Corkscrew Island Regional Park project. Collier County RFP 16-6622 Forge Profile • g,racyminor.com Y•v0 Y F: k,: IIIEIIM MZIL e — -� 4Barth Associates .® L_h 1, ). or _rt___ � ..1 Min. PUBLIC REALM PLANNING,DESIGN,AND FACILITATION —'""' Pt ^— *-a +raver ` 4.v Services: Park Planning --�- tt I e , ' � ::,/ ver., L..0...,.0 1 Address: 10030 SW 52nd Road 7 - ' 4 1 ... .,.A Gainesville, FL 32608 www.barthassoc.com = -� } •91999099,99411 Firm Profile - -- Barth Associates, LLC (Barth) was founded to help rr•— -- ., communities "harness the power" of their parks and 4 it: ' °° .. recreation system to become more resilient and sustainable. A parks and recreation system can r ° .,, comprise as much as 50% of a community's land „; ® r 43 9 mass, and a well-planned, designed, programmed and maintained system can j<� . k=' y generate numerous '] . ° r _•, economic, social and environmental benefits for the �/ ¢ r„ .. •* community. " The experienced professionals at Barth have led the development of over seventy (70) Parks and Master �' Recreation System Master Plans for communities Plan ,��.��,.r`. /,�. --throughout the United States including Washington • [C, D.C, Miami-Dade County, Norfolk VA, Raleigh NC, , . and downtown San Diego CA. Barth's president, Dr. David Barth is a registered Landscape Architect, Certified Planner, and Certified Parks and Recreation Professional who Awards specializes in the planning, design, and Barth Associates, LLC has received numerous implementation of the public realm. He has led the awards for park planning including an Award of planning and/or design of hundreds of parks and Excellence (2011 Florida APA); Focused Issue trails including Orange County's West Orange Trail, Planning Award (2010 San Diego AA); and Award Martin County's Indian Riverside Park, and the City of Honor(2006 Florida ASLA) of Kissimmee's Lakefront Park. David is also a nationally-recognized author and speaker on parks Key Personnel and recreation issues. David Barth, PhD Currently Barth is leading parks and recreation David has over 35 years of experience in Florida in Park design and Park Planning. David will serve as master plans for Sarasota County, St. Johns County, Orange County, Naples, Palm Beach, the Park Planner on the Big Corkscrew Island Cape Coral, North Port, and Venice. Regional Park project, if such services are required. Project Role Barth Associates, LLC will serve as the Park Planner the Big Corkscrew Island Regional Park project, if required. Collier County RFP 16-6622 Barth Profile gradyminor.com 11Cr J J J ._,) ill Services: Agronomy Dan Morgan Address: 6003 Hammock Hill Avenue Lithia, FL 33547 www.turfkeepersfla.com Firm Profile Turf Keepers, Inc. is a commercial landscape and maintenance company that maintains over 1000 lawns and athletic fields Florida including Brandon Area Youth Soccer League, Blackwatch Soccer Club, Independent Day School and St. Lawrence School Hillsborough County School Athletic fields. Turf Keepers are responsible for sprigging and grow-in on the following athletic fields: University of _ ° Florida Field and athletic fields (1990, 1995, 1996), --�` � Raymond James Stadium (1998), Hillsborough County High School Football fields (1994, 1995, 1996), Sarasota High School baseball and softball fields (1996), Sarasota Riverview High School football field renovation (2000). Additionally, Turf Keepers is responsible for planting, growing-in and maintaining over 100 holes of golf at Sun City Center, Florida and Fort Benning, Georgia and consulted for the planting, growing-in and establishing of bermuda grass at the following golf courses: Gator Creek, Sarasota 1996, Key Personnel Highland Lakes 1995 and 1997 Golf Club at Marco Dan Morgan Island 1995, Kings Point, Delray 1993 and 1994 Dan has over 35 years of experience in Florida ias and four lawn bowling greens at Sun City Center in a consulting agronomist. Dan will serve as the 1985 and 2000. Agronomist on the Big Corkscrew Island Regional Park project, if such services are required. Currently Turf Keepers is consulting on projects located in Collier County, Hillsborough County, Sarasota County, and Highlands County. Project Role Turk Keepers, Inc. will serve as the Agronomist for the Big Corkscrew Island Regional Park project, if required. Collier County RFQ 16-6622 Turf Keeper Profile gradyminor.com ._ 2 ,., .. F 7 I - PA I F-: m w 1:1m�w ;m � 2Tm ti Q m 1-,11 w 61 `m o d ` v LLm o 'c o c 2 r.c Li m om Z m .r. ' u n O M 8-13 w m o N N w , T N = �m 0 LL w w rn w c .. ,m •£ _ a >- a 2 m oZ rn 'g d Q m 0. O 'o z y m o a w 0 E E f o E E R V� l' .n w O o A wv c _ om • -w wLI > Z m O U cn n n ti ...I r. O] N \ LO co co 00 .moi 1-4 N en b . l \ \ L M lfl C o w O - w 3ti w 00 °C .0 E E = E VD . g ti Co \ > > w N \ \ \ \ N .i N N Co Co tC0 C .•i � - a .. V .- Y C 'O C C C C p;j N `� a0 w O O O O ._ L = N T 0NN10 00 Am v - -° -° v 'o a - CS i . [ N m Co o o m m m t° o E c 00 w C 7o NE v g '^ c .0 ..2 w w r 4J C w C =p O E N O O w do . O - w a ^''' w E £ w N O U 0_ C F a U C en £ 6, o v w £ o v c N ca, C £ w u xco E w m u m 2 w c v w •a ° E C H u 'io °i oz .- `. D 2 w U O OM `° « 0 N U 0_ c N T: c y U a p v O c ° U u �' C >- 2 ' 0° w m C 0 '> 0 (S u v O ` ++ •� CO m y a p '' +% m0) 3 o5 0 c in r`o c z �' .s.-4 s r. ✓ 00 w 4,-.6, a w ° o 0 o .c `Q u .n a` c 4n co ti U Z 0 v -0o m m X c z E to 3 m ,'.',1 a w — a ▪ 2 :54- o C W 0. D Z CO° tC0 a 0 LO i.ti m ` w uw wNNM l01O CVM 0 Nm NyC -1 N N N N QNo a 0 rg; fiq- �trt knit pnng.239-947-1144 ,44 GradyMinor w r;239-690-4380 engineeri ng@gradymi noncom Tab IV, Capacity, Availability and Responsiveness Established in 1981, GradyMinor has been providing a full range of services to the public and private sector for 35 years and. Our staff of nearly 50 includes seven (7) Professional Engineers, a Professional Surveyor and Mapper, a Certified Planner, two (2) Landscape Architect, eight (8) engineering technicians, Project Administrators, Engineer Interns, five (5) Survey Crews, and Survey Technicians. We have a mature and highly qualified team of support staff, who together with our Professionals, can provide all the services required to successfully complete the Services for RFP 16-6622 (Big Corkscrew Island Regional Park). Our Main Office located in Bonita Springs is within 20 minutes driving time of the County offices and the project site. We are a midsized local firm and are capable of very quickly adapting a scope to changes during design, without affecting the contract cost. A project as dynamic as the Big Corkscrew Island Regional Park will have changes and the selected design team will have to adapt quickly to keep the project within the budget without negatively affecting the schedule. The responsiveness and efficiency of our Team will not be matched, especially by a large national or multinational company. Our Company and our sub consultants are committed to allocating the necessary manpower and resources to complete the Big Corkscrew Island Regional Park project on time and within budget. Our current and anticipated workloads will not affect our ability to serve Collier County. All of our project managers have company provided smart phones, the numbers for which will be provided to Collier County. We pledge to communicate regularly with the County; return phone calls and e-mails; be on time to meetings; work diligently; provide accurate, detailed, and economically feasible and constructible plans and specifications. With seven (7) of our local employees being Professional Engineers, eight (8) CAD technicians, and five (5) survey crews we have a large arsenal of highly talented professionals to work on the Big Corkscrew Island Regional Park project. We can easily accelerate a project by assigning more professionals. Additionally, the majority of our professionals have upwards of 15 years of professional experience locally. Collier County Parks and Recreation and Facilities Management has relied on quick and attentive responsiveness that GradyMinor has provided through the years. This responsiveness has resulted in a mutual respect and repeated requests to work on additional projects. GradyMinor has provided low cost and effective services and have become the "go to" firm because we get the job done, done well, and without hassle — from concept to site permitting to certification to permit closeout to warranty. All firms submitted to you can do the work, but we can do it better, faster, and more cost effectively. Collier County RFP 16-6622 TAB IV-1 gracyminor.com BonitaSpringt>239-947-1144 Wp GradyMinor Fort Myer; 239-690-4380 engineeri ng@gradym inor.com Tab V - References Collier County RFP 16-6622 Tab V-1 gracymnor.com A II r Collier County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: Big Corkscrew Island Regional Park RFP (Name of Company Requesting Reference Information) Q. Grady Minor&Associates, P.A. (Name of Individuals Requesting Reference Information) Name: Claude Nesbitt Company: Collier County Facilites Management (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: ClaudeNesbitt@colliergov.net FAX: Telephone: 239-252-2957 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Gordon River Greenway Park 12/31/2014 1 P Completion Date: Project Budget: $359,745 Project Number of Days: 446 Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 1 0 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 email fredericksen rad minor.com 6-13-2016 Please FAX this completed survey to: �g y By 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 COL COW*? I I C Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: Big Corkscrew Island Regional Park RFP (Name of Company Requesting Reference Information) Q. Grady Minor&Associates, P.A. (Name of Individuals Requesting Reference Information) Name: Clint Perryman Company: Collier County Coastal Zone Management (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: clintonperryman@colliergov.net FAX: Telephone: 239-252-4245 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Gr B o pn Fiver ound&festV Park 1y/31/414 1 p �q�Ave. urnarounRestroom Completion Date:_ ne Project Budget: §g,M45 Project Number of Days: 457" Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice,final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 email Please FAX this completed survey to: jfredericksen@gradyminor.com By 6-13-2016 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 CAT County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: Big Corkscrew Island Regional Park RFP (Name of Company Requesting Reference Information) Q. Grady Minor&Associates, P.A. (Name of Individuals Requesting Reference Information) Name: Diana Dueri Company: Collier County Water Sewer District (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: dianadueri@colliergov.net FAX: Telephone: 239-252-4218 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Gordon River Greenway Park 12/31/2014 1 P Completion Date: Project Budget: $359,745 Project Number of Days: 446 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice,final product turnover; invoices; manuals or going forward documentation, etc.) 1 0 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 email fredericksen@g rady minor.com 6-13-2016 Please FAX this completed survey to: By 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 Coiter County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: Big Corkscrew Island Regional Park (Name of Company Requesting Reference Information) Q. Grady Minor&Associates, P.A. (Name of Individuals Requesting Reference Information) Name: Elly McKuen Company: Bayshore Gateway Triangle Redevelop.Agency (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: ellymckuen@colliergov.net FAX: Telephone: 239-643-1115 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Gordon River Greenway Park 12/31/2014 1 P Completion Date: Project Budget: $359,745 Project Number of Days: 446 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 1 0 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 email fredericksen rad minor.com 6-13-2016 Please FAX this completed survey to: � @g y By 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 Collier County . ta: Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6622 Big Corkscrew Island Regional Park Reference Questionnaire for: Big Corkscrew Island Regional Park RFP (Name of Company Requesting Reference Information) Q. Grady Minor&Associates, P.A. (Name of Individuals Requesting Reference Information) Name: Melissa Hennig Company: Collier County Conservation (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: melissahennig@colliergov.net FAX: Telephone: 239-252-2957 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Gordon River Greenway Park Completion Date: 12/31/2014 Project Budget: $359,745 Project Number of Days: 446 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 email fredericksen@g rady minor.com 6-13-2016 survey Please FAX this completed to: By 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 36 Bonita Spring 239-947-1144 GradyMinor ct"t P1vi=rc 239-690-4380 engi nee ri ngegrady m i nor.c om Tab VI - Acceptance of Conditions GradyMinor takes no exceptions to the general terms and conditions of RFP 16-6622. Collier County RFP 16-6622 Tab VI-1 gracyminor.com Bonita Spring:. 239-947-1144 /l4 GradyMinor ,"1i,Fr;239-690-4380 engineering@gradyminor.com Tab VII — Required Form Submittals • Signed Addendum No. 1 • Signed Addendum No. 2 • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form • Attachment 5: Immigration Affidavit & E-Verify Documents • Attachment 6: Consultant Substitute W-9 • Attachment 7: Insurance Requirement • Attachment 8: Reference Questionnaire (See Tab V) • Other: Licenses Collier County RFP 16-6622 Tab VII-1 gracyminor.com Cater County Email: collier MatthewCatoe@ 2 ov.n Administrative tSer es DepartmentsionTelephone: (239) 252-8929 Procurement Services Division a:;A Fax: (239) 252-6421 ADDENDUM 1 Memorandum )ate: May 18, 2016 =rom: Matt Catoe, Procurement Strategist ro: Interested Proposers subject: Addendum# 1 solicitation: RFP 16-6622 Big Corkscrew Island Regional Park rhe following clarifications are issued as an addendum identifying the following change (s)for the referenced solicitation: • r ' ° - e e••-- -_• = -•-- •- _e. • •.- -: - - ._•. A non-mandatory pre-proposal conference will be held on May 24, 2016, commencing promptly at 11:00 AM EST. held at Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. ❖ Solicitation Deadline Date and Time:June 7, 2016, 3:00PM, EST. June 14, 2016, 3:00PM, EST. ❖ Question: Since Stantec and ABB participated in previous work orders to complete the Big Corkscrew Island Regional Park Conceptual Master Plan, will they be precluded from participating in this solicitation as either a prime consultant or subconsultant? There prior role on this project would seem to give them an unfair advantage against any competition. + Question Response: Per page 5 of the solicitation document: The Procurement Director has reviewed associated documents and meeting minutes prepared by both consultants and has taken the following action to mitigate and neutralize any conflicts, or perceived conflicts, by implementing the following action items: • The Procurement Strategist has Identified in this document[request for proposal]that both Stantec and Agnoli, Barber& Brundage had County short term and specific work orders related to the Northeast Service Area / Big Corkscrew Regional Park; • The Procurement Director has modified the original Selection Committee membership; and, • All documents provided and created by both firms will be made available to any prospective consultants during the solicitation process at the following web address: https://drive.google.com/open?id=0B_1pVAYq_v1FMkhHaFFyQnZEZFE. f you require additional information please post a question on the Online Bidding site or contact me using the above ;ontact information. :c: Margaret Bishop Please sign below ,d retu a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) a e Q. Grady Min r &Associates, P.A. (Name of Firm) I I Cater County Email: MatthewCatoe@colliergov.net Administrative Services Department Telephone: (239) 252-8929 Procurement Servs Omsion Fax: (239)252-6421 ADDENDUM 2 Memorandum Date: May 20, 2016 From: Matt Catoe, Procurement Strategist To: Interested Proposers Subject: Addendum #2 Solicitation: RFP 16-6622 Big Corkscrew Island Regional Park The following clarifications are issued as an addendum identifying the following change (s)for the referenced solicitation: A non-mandatory pre-proposal conference will be held on promptly at 11:00 AM EST. held at Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. A non-mandatory pre-proposal conference will be held on May 27, 2016, commencing promptly at 9:00 AM EST. held at Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Margaret Bislbp r Please sign belov 'and return a copy of this Addendum with your submittal for the above referenced solicitation. • y (Signature) Date Q. Grady Mi or& Associates, P.A. (Name of Firm rAddendumTemplate Revised:4/15/10 1 Coder County 1 C Administrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ® The Proposal has been signed. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. 1] Any addenda have been signed and included. • The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Matt Catoe, Procurement Strategist CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park OX The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑X The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) X If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, proposer will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Q. Grady Minor& Associates, P.A. Address: 3800 Via Del Rey City, State, Zip: Bonita Springs. F 4134 Telephone: 239-947-1144 Email: mminor cni,gr ymi r.com Representative Signature: Representative Name: Mark W. inor, President Date('(t2)17011s 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 28 Co Lie'r County Adrrorlistratrve SerAces Department Procurement Srices Division Attachment 3: Organizational Conflict Disclosure Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: Big Corkscrew Island Regional Park does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above(e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information—The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public(not in the"sunshine")conversation(s), meeting(s), document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents)certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts c rning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) w ch elates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Q. Grady Minor&Associa s, P. . Signature and Date: Gikt3 l'jott0 Print Name: Mark W. Minor, P.E. Title of Signatory: President State of Florida County of Lee SUBSCRIBED AND SWORN to before me this day of June 2016 by Mark W. Minor , who is personally known to me to be the President for the Firm, :- . •_ _ -• _• _ _ _ •„. __ '' ' "°°, JOANNE JANES 3 ANmka 11 Ij AL ' � ' o MY COMMISSION#FF 090820 N•S- blic71 EXPIRES:March 14,20its Commission Expiration ° oe &ande4ThruBudgetNotary Services p 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 29 Collier County Administrative Services Department Procurement Seriices;Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. Further, the consultant agrees that if awarded a contract for these services, the consultant will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-consultant for any future construction engineering inspection (CEI) or oversight services for projects associated with the Big Corkscrew Island Regional Park. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of June 20016 in the County of Lee , in the State of Florida Firm's Legal Name: Q. Grady Minor&Associates, P.A. Address: 3800 Via Del Rey City, State, Zip Code: Bonita Springs, FL 34134 Florida Certificate of H80985 Authority Document Number Federal Tax 59-2583954 Identification Number CCR # or CAGE 5WBPO Code Telephone: 239-947 1144 FAX: 239-9 7-037 Signature by: (Typed and written) Title: Mar W. Minor, President 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template 01202016 30 Additional Contact Information L Send payments to: Q. Grady Minor & Associates, P.A. (required if different from above) Company name used as payee Contact name: Mark W. Minor Title: President Address: 3800 Via Del Rey City,State,ZIP Bonita Springs, FL 34134 Telephone: 239-947-1144 FAX: 239-947-0375 Email: mminor(a7gradyminor.com Office servicing Collier Same as above County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 31 Coder County Administrative Services Department a Prover m nt Services Division A „„.q i Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-6622 Big Corkscrew Island Regional Park This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants/Proposers are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/proposer's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in ership with the Social Security Administration at the time of submission of the Consultant's proposal. , Company Name Q. Grady Mir)br&A sociates, P.A. Print Name Mark W. Minor Title President Signature ~ Date CO «,?010 i State of Florida ',, i,/ county of Lee The foregoing instrument was Oigned and acknowledged before me this . -' day of June , 2016 , by j� Y isersonally known by me. Mark W . Minor who has produced as identification. rint or Typ 7,. __.so ) (Type of Identification and Number) I. Yl C Nil Public Signatli 0 r°S'aP;Bvo JOANNE JANES 1-60„n r-c. �'n.e 5 , MY COMMISSION#FF 090820 Printed Name of NotaryPublic , ' Ti EXPIRES:March 14,2018 FFo 90a-01 3 1 I lit s,4rF,,rtes°~ BondedThru Budget Notary Services Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 32 L.A."Itiivy vv u rage 1 OI1 0 EVenly. v.User ID Last Login Employment Eligibility Verification PameaHyytl PHYY6820 09:27PM-0110512011 Log Out Home Company Information My Cases New Case View Cases Company Name: Q.Grady Minor&Associates,P.A. View!Edit I My Profile Company ID Number: 231069 Edit Profile Doing Business As(DBA) Change Password Name: Change Security Questions DUNS Number: My Company Physical Location: Edit Company Profile y Mailing Address: Address 1: 3800 Via Del Rey Address 1: Add New User Address 2: Address 2: View Existing Users City: Bonita Springs City: Close Company Account State: FL State: My Reports Zip Code: 34134 Zip Code: County: LEE View Reports My Resources Additional Information: View Essential Resources Employer Identification Number:59258395 Take Tutorial Total Number of Employees: 20 to 99 View User Manual Parent Organization: Contact Us Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: 541-PROFESSIONAL,SCIENTIFIC,AND TECHNICAL View!Edit SERVICES Total Hiring Sites: 1 View!Edit Total Points of Contact:2 View!Edit U.S.Department of Homeland Security-vrww.0u.gov U.S.Citizenship and Immigration Services-wwe.usclargov q eoeas>bility Download Viewers https://e-verify.uscis.gov/emp/EmployerWizard.aspx 1/5/2011 _ I :, �uen�.` gjrya■ v ' all ert� F{ � il E VEP.I"Y IS A SEAYICS CF DMS Company ID Number: 231069 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Q. Grady Minor & Associates, P.A. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the F ,Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 of 131E-Verify MOU for EmployeriRevision Date 10/29/08 www.dns.goviE-Verify *ti•'tco Ver I 4un t� �'tti iQ�, ° E-VERIFY IS A SERVICE OF DHS Company ID Number: 231069 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Page 2 of 131E-Verify MOU for EmployeriRevision Date 10/29/08 ww t. .g vl -Verffy 4„ Verily E-VERIFY IS A SERVICE OF ENS Company ID Number: 231069 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. Page 3 of 131E-Verify MOU for EmployerlRevision Date 10/29/08 i.Av dot . ovd -Ii r4fy �. 4,' E-Ver I Fy �tviv I ir'4' � :. �4Yp sEG ��1+f5jRAt E•i ERI. IS A SEP.VICE OF DHS Company ID Number: 231069 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4 of 131E-Verify MOU for Ernployerf Revision Date 10/29/08 ww .d hs.gov/E-Verify — �svuiHr3i sp1.skr, Ver E-VERI.Y [S A SERVICE OF OHS Company ID Number: 231069 adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 2748(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page 5 of 131E-Verfy MOU for EmployerjRevision Date 10/29/08 www dhs.gov1E-Verify "°�s-< sfAhllr.l bv t 13 t1 - ergw iyla;vPZts., E-VEAI.Y IS A SEAVICE OF DHS Company ID Number: 231069 authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 6 of 131E-Verify MOU for EmployerlRevlsion Date 10/29/08 tww, h • ov/ -Verify /411-'4,,,,,, ,,.SIfV E .. '' ; _ 11 II1l„. E Y-ERIFY IS A ER/ICE OF OHS Company ID Number: 231069 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. Page 7 of 131E-Verify MOU for EmployerlRevision Date 10/29/08 wwwAhe.gov/E-Vorify • •••44-3.4A., J Ot IIID/, k -Verify fy P-VEP.I.Y IS A SERVICE OF OHS Company ID Number: 231069 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non- match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Page 8 of 131E-Verify MOU for EmployerlRevision Date 10129/08 Www,dhs.gov/E-Verify • 04 X 1st 512„.4 verif venz.z z=A eexvtcz OF cr. Company ID Number: 231069 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. OHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take Page 9 of 131E-Verify MOU for EmployerIRevision Date 10/29/08 r fw.d.ahs. v/ -Verify • (Lij °�'Y E-VEP I. I. A SEP.VICE OF OHS Y Company ID Number: 231069 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 10 of 131E-Verify MOU for EmployerlRevision Date 10/29/08 www. h . ovi = rf`tg 1. ..U,62.„Y. 1ILS Company ID Number:231069 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. IParnep ti NartI E/ ctanr" l/yiti "l /2 Depart n nt of F or elan Sex - Vr ficat ion USCIS Ver fication Division Name Pl s ype or t rtrr# w Tit' Sign ture .Da Page 11 of 131E-Verify MOU for Employer(Revision Date 10/29/08 w f.dhs,t ovI -Verify . , earth �r�,ser_,� 1 lc !EVeriFyyr,��i����� '+n '�'lST0.P fi VfiRI FY IS A SfiP.V I:S OF DHS Company ID Number: 231069 Information Regli`f d f f.r the E:uer Progrartm Information relating.to"your Company: Com an Name Q Grady Minor& 1ssoeieats,P;4 Company Facility Address: 38 ulL}el Ize>r __ �, • -__...._:., .._..... _...:....... _- . _ __..::.__..�. __ . , Bon1te Springs,FI,.34.134, -P,;,,., „ ..... _.. i r E Gompat r Alternate. Addrss: e County r Parish Rr Employer ldtntification •"Number: 5925839$ Rc,.rtti ►ti<tertcart 1n ry lt[setfioat Codes iPareilt Companyt� NLimber.of Employees Number ofSites•Verified `for: 1 Are yo�t verifying;for more than 9 site?1#yes,Tease provide tete a mber ofsi s verified for in eacclt State, .� Ft:ORIF A 1 situs)" Page 12 of 131E-Verify MOU for Employer1Revisior,Date 10/29/08 1d t€t ,c 3t Vi ,4r' ° yB SV rF ,~e E-VERZPY IS A SERVICE OP CHS Company ID Number: 231069 • Ir4foatQn vela#ink t ttrciR9€m4ti #w'�fft tptahyr ft tttrQn sir Meta t1.01141 Mame Joshua I Evans Teleph�Number �9)9 11 Fax Number: X39 `: 1u1 rt it Addl ss. � to rte. Na e: P la SII yyt+ Telephone Number �9)9+( '1 Fax Number {23` 47 0375 E rr del ddress: phi 4a la tmf Sar crarra Page 13 of 13IE-Verify MOU for EmployerlRevision Date 10/29/08 tt .dt •€ �3 .# lr; r Co erCora*my Administrt're aServices Department Procurement Se,v x:Dn,s,on Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Q. Grady Minor& Associates, P.A. (as shown on income tax return) Business Name (if different from taxpayer name) Address 3800 Via Del Rey City Bonita Springs State Florida Zip 34134 Telephone 239-947-1144 FAX 239-947-0375 Email mminorltgradyminor.com Order Information Remit I Payment Information Address Same as above Address Same as above City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor X Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) C Enter the tax classification (D=Disregarded Entity, C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification er(TIN) 59-2583954 (Consultants who do n have TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Fo : Certi cation: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Mark W. Mi r Title Phone Number Preside 239-947-1144 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 33 CoLi(rer County Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 4. ❑Automobile Liability $ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 34 ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County (or Collier MPO). The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. RLC 4/4/2016 C,6ns (tent's Insurance Statement We understand the insurance requirghnents f these specifications and that the evidence of insurability may be required within five (5)days of the a and of his solicitation. 11 Name of Firm Q. Grady Mi or & As ociates, P.A. Date C.• f‘\-1a%40 Consultant Signature Print Name Mark W. or, President Insurance Agency Dawson Florida; Naples Agent Name Steven eltel Telephone Number 239-261-6116 16-6622 Big Corkscrew Island Regional Park RFP CCNA Template_01202016 35 ,, ___ .. _ , State of Florida Board of Professional Engineers Attests that Q. Grady Minor And Associates, P.A. F BPL L r i nnro.,I!,?,m cur nnni.ax,u tnv,nii Ie. is nurhori7ed under the provisions of Section 471.023,Florida Statutes, to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471, Florida Statutes. Expiration: 2/28/2017 CA Lic.No: Audit No: 228201703451 • State of Florida Board of Professional Engineers Attests that Mark Woodrow Minor , P.E. FBPI_ tvr.v,%u„5„t„ �m r,ws.�EiM�e,aiie. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration;2/28/2017 P.E.Lic.No: Audit No: 228201725660 State of Florida Board of Professional Engineers Attests that Michael Joseph Delate , P.E. FBPL Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201726154 /44 GradyMinor 1 IC State of Florida Board of Professional Engineers Attests that Justin Alexander Frederiksen , P.E. l iilkit111111 F'It1I Is licensed as a Professional Engineex fftder Chapter 471, Florida Statutes Expiration: 2/28/2017 _- P.E.Lic.No: Audit No: 228201729075 State of Flori da Board of Professional Engineers Attests that Francis Joseph Feeney , P.E. FP E INt[IHI1I9N 1111 MI))iiti Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201728796 State of Florida Board of Professional Engineers Attests that Raymond D. Flynn , P.E. FBPE o,. ‘1 lltMtlllt lit)\1(11()1 pMe MIV iU I\'l.1111% Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201731166 . + #, sa%" 7620;, AMMINIV GradyMinor '4' ; Z�. Florida Department of Agriculture and Consumer Services > Division of Consumer Services License No.:LB5151 ;t. Board of Professional Surveyors and Mappers Expiration Date February 28,2017 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes Q GRADY MINOR AND ASSOCIATES PA 3800 VIA DEL REY BONITA SPGS,FL 34134 ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as requited by Chapter 472,Florida Statutes. Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:L56761. I Board of Professional Surveyors and Flappers 21X15 Apalachee Pk way Tallahassee,Florida 32399-6500 Expiration Date February 28,21117 Professional Surveyor and Mapper License Under the provisions of Chapter 472,Florida Statute: DONALD LEE SAINTENOY III 17589 LAUREL VALLEY RD FORT MYERS,FL 33967-5007 ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE n Is i 1127111 tildt dor piufrnrv,tctt surveyor and moppet whom:none and addmvs are shown above ra[sensed as required be Chapter 472.Florida Statutes RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER CGC040351 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 0 FEATHERSTONE,RICHARD W II Ir. + MALPHRUS CONSTRUCTION CO INC ' .*: �• 20160 LIME TREE LN C:. J71. ESTERO FL 24936 , � _ • ISSUED: 05/08/2016 DISPLAY AS REQUIRED BY LAW SEQs L1605080001214 GradyNlinor Detail by Entity Name Page 1 of 3 FLORIDA0,, iii:ft,..7r:t1;4'07.-..ii, ' PATI I? i'f' 'f Detail by Entity Name Florida Profit Corporation Q. GRADY MINOR AND ASSOCIATES, P.A. Filing Information Document Number H80985 FEI/EIN Number 59-2583954 Date Filed 10/14/1985 State FL Status ACTIVE Principal Address 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Changed: 02/03/1997 Mailing Address 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Changed: 02/03/1997 Registered Agent Name &Address MINOR, MARK W 800 VIA DEL REY BONITA SPRINGS, FL 34134 3 Name Changed: 04/28/2004 Address Changed: 04/28/2004 Officer/Director Detail Name &Address Title PCEO MINOR, MARK WE 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title ST ARNOLD, DONALD W http://search.sunbiz.org/Inquiry/CorporationSearch/SearchRe sultDetail?inquirytype=Entity... 6/22/2016 Detail by Entity Name Page 2 of 3 A 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title VP SAINTENOY, DONALD L 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title VP CARLYLE, DAVID K 3800 VIA DEL REY BONITA SPRINGS, FL 34314 Title VP ADDISON, DAVID B 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title VP DELATE, MICHAEL J 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title VP DWYER, CARIN J 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Title VP Frederiksen, Justin 3800 VIA DEL REY BONITA SPRINGS, FL 34134 Annual Reports Report Year Filed Date 2013 04/29/2013 2014 04/26/2014 2015 04/29/2015 Document Images 04/29/2015 --ANNUAL REPORT View image in PDF format 04/26/2014 --ANNUAL REPORT View image in PDF format 04/29/2013--ANNUAL REPORT View image in PDF format 04/30/2012 --ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/Corporation Search/SearchResultDetai 1?inquirytype=Entity... 6/22/2016 Detail by Entity Name Page 3 of 3 02/24/2011 --ANNUAL REPORT View image in PDF format 01/15/2010--ANNUAL REPORT View image in PDF format 04/22/2009--ANNUAL REPORT View image in PDF format 01/07/2008--ANNUAL REPORT View image in PDF format 04/16/2007--ANNUAL REPORT View image in PDF format 04/19/2006--ANNUAL REPORT View image in PDF format 05/02/2005--ANNUAL REPORT View image in PDF format 03/21/2005--ANNUAL REPORT View image in PDF format 04/28/2004--ANNUAL REPORT View image in PDF format 01/15/2003--ANNUAL REPORT View image in PDF format 07/16/2002 --ANNUAL REPORT View image in PDF format 04/09/2002 --ANNUAL REPORT View image in PDF format 04/02/2001 --ANNUAL REPORT View image in PDF format 01/29/2000--ANNUAL REPORT View image in PDF format 02/19/1999--ANNUAL REPORT View image in PDF format 04/09/1998--ANNUAL REPORT View image in PDF format 02/03/1997--ANNUAL REPORT View image in PDF format 02/23/1996--ANNUAL REPORT View image in PDF format 02/10/1995--ANNUAL REPORT View image in PDF format Coovrioht©and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/22/2016