Loading...
Agenda 07/11/2017 Item #16A2007/11/2017 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to execute Contract No. 17 -7128 to provide professional engineering services as required for “Doctors and Wiggins Pass Dredging” for time and material not to exceed $149,988.94 to CB&I Environmental & Infrastructure, Inc., authorize the necessary budget amendments and make a finding that this expenditure promotes tourism. (Project No. 90549) OBJECTIVE: To obtain professional engineering services necessary to obtain a Florida Departmen t of Environmental Protection (FDEP) Notice to Proceed (NTP) to begin the dredging for Doctors and Wiggins Passes. CONSIDERATIONS: Engineering services are required to obtain a NTP from FDEP for Doctors and Wiggins Pass Dredging. The County intends to dredge Doctors Pass and Wiggins Pass after turtle nesting season, beginning on November 1, 2017. Dredging of Doctors Pass and Wiggins Pass has been performed numerous times in the past and will be based on the recently completed survey and monitoring reports performed in February 2017. It is anticipated that these projects will be executed at the same time utilizing one mobilization. The exact sequence of construction has not been finalized but one dredging event will immediately follow the other with no gaps or delays between dredging events. Services requested under an awarded contract may include but are not limited to the following: •Utilize the existing permits for both Doctors Pass (JCP Permit No. 0331817-001-JC) and Wiggins Pass (JCP Permit No. 0142538-008-JC), along with the recently completed surveys conducted in February 2017, as the basis for the design and permitting activities. •Perform all permitting and design activities necessary to obtain Notice to Proceed authorization from FDEP and the USACE for both projects. •Provide design, permitting, plans, specification and bidding documentation as necessary to execute the projects. •Provide coordination activities during the design and construction with the contractor and permitting agencies. •Review and approve all contractor submittals. •Perform an Engineers Opinion of Most Probable Costs. •Provide part time construction inspections sufficient to perform Engineer of Record Certification. •Perform all Engineer of Record activities, issue a final report for each project and certify the results. •Participate as necessary with the County and local stakeholders to discuss the project. On June 13, 2017, the Board of County Commissioners (Board) approved and authorized staff to negotiate a contract with the top ranked firm CB&I Environmental & Infrastructure, Inc. for subsequent Board approval. CB&I Environmental & Infrastructure, Inc. is a very experienced consultant with extensive involvement in past projects with Collier County. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. ADVISORY COMMITTEE RECOMMENDATIONS: At the June 8, 2017 Coastal Advisory Committee (CAC) meeting this item was recommended for approval by a unanimous vote of 5 to 0. 07/11/2017 At the June 26, 2017 Tourist Development Council (TDC) meeting this item was recommended for approval by a unanimous vote of 9 to 0. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. - CMG FISCAL IMPACT: Funding for this contract is provided in the FY 17 Tourist Development Tax Beach Renourishment Fund (195) within the Wiggins Pass Dredge Project (80288) and Doctors Pass Dredge Project (90549). A budget amendment will be necessary to move additional funds in the amount of $7,300 from the TDC - Beach Renourishment Reserves Fund (195) into Project 90549 for the balance of funding needed for the engineering services contract. RECOMMENDATION: To approve and authorize the Chairman to execute Contract No. 17-7128 to provide professional engineering services as required for “Doctors and Wiggins Pass Dredging” for time and materials not-to-exceed $149,988.94 to CB&I Environmental & Infrastructure, Inc., authorize the necessary budget amendments and make a finding that this expenditure promotes tourism. Prepared By: J. Gary McAlpin, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. Notice of recommended award (PDF) 2. Revised CBI Proposal Doctors Wiggins Dredge 06202017 (PDF) 3. [Linked] 17-7128 CBI Agreement_CAO (PDF) 07/11/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.20 Doc ID: 3397 Item Summary: Recommendation to approve and authorize the Chairman to execute Contract 17 - 7128 to provide professional engineering services as required for “Doctors and Wiggins Pass Dredging” for time and material not to exceed $149,988.94 to CB&I Environmental & Infrastructure, Inc., authorize the necessary budget amendments and make a finding that this expenditure promotes tourism. Meeting Date: 07/11/2017 Prepared by: Title: Project Manager, CRA – Capital Project Planning, Impact Fees, and Program Management Name: Elly McKuen 06/20/2017 8:28 AM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 06/20/2017 8:28 AM Approved By: Review: Growth Management Department Judy Puig Level 1 Division Reviewer Completed 06/20/2017 10:41 AM Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 06/20/2017 1:54 PM Capital Project Planning, Impact Fees, and Program Management Tara Castillo Additional Reviewer Completed 06/20/2017 3:12 PM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 06/21/2017 1:26 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/21/2017 5:37 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/22/2017 11:14 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 06/23/2017 5:05 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/26/2017 9:28 AM Procurement Services Adam Northrup Additional Reviewer Completed 06/26/2017 10:21 AM Growth Management Department Elly McKuen Level 2 Division Administrator Skipped 06/19/2017 3:47 PM Growth Management Department Kenneth Kovensky Additional Reviewer Completed 06/26/2017 10:56 AM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 06/26/2017 1:05 PM Grants Edmond Kushi Level 2 Grants Review Completed 06/29/2017 11:02 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/29/2017 1:46 PM Grants Therese Stanley Additional Reviewer Completed 06/29/2017 4:12 PM 07/11/2017 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/30/2017 11:58 AM Budget and Management Office Ed Finn Additional Reviewer Completed 07/02/2017 4:18 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/05/2017 12:21 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/11/2017 9:00 AM Date: 5/23/2017 Collier COUnty Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 17-7128 Title: Engineering for Doctors and Wiggins Pass Dredging Due Date and Time: 5/3/2017 Respondents: Company Name City County State Bid Amount Responsive/Responsible CB&I Environment and Infrastructure Boca Raton FL NA Yes Humiston & Moore Naples FL NA Yes Stantec Naples FL NA Yes Utilized Local Vendor Preference: Yes = No = Recommended Vendors) For Award: That the BCC approves the ranking of CBI #1, Humiston & Moore #2 and Stantec #3, and allows for negotiation to commence with the top ranked firm, CB&I. Required Signatures Project Manager: Gary McAlpin; Procurement Strategist: Adam Northrup; ,_���; d` Pr r nt Ser ices Direct . s�-a3- 17 Edward F. Coyman Jr. Date CBA June 15, 2017 Gary McAlpin, Director Collier County Coastal Zone Management 2800 N. Horseshoe Drive Naples, FL 34104 Re: Doctors and Wiggins Pass Dredging — Proposal Dear Gary: CB&I Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: +1 561 391 8102 Fax: +1561 391 9116 www.CBI.com This letter is in response to Collier County's request for a proposal for CB&I Environmental & Infrastructure, Inc. (CB&I) to perform tasks to support the County in preparing for construction, bidding, and performing during construction professional engineering services for the upcoming maintenance dredging of Doctors Pass and Wiggins Pass. CB&I will conduct a dredge analysis and design to determine dredge areas, dredge volumes and disposal areas, produce construction plans and technical specifications, coordinate with Florida Department of Environmental Protection (FDEP) for Notices to Proceed, provide bidding assistance to the County, and serve as the engineer of record to certify these projects. A detailed scope of work is attached in Exhibit A. A fee proposal is included as Exhibit B, and a rate schedule is provided as Exhibit C. We propose to perform these services on a time and material basis not to exceed $149,988.94 upon award of a Contract in response to CB&I's proposal to Collier County's RFP No. 17-7128 (Doctors and Wiggins Pass Dredging). Subject to mutually agreeable Contract terms and conditions, and barring any unforeseen circumstances, all work will be completed and submitted to the County within 365 days of our receiving the County's Notice to Proceed. Very truly yours, Thomas P. Pierro, P.E., D.CE Director CB&I Environmental & Infrastructure, Inc. cc: Adam Northrup, Collier County Government Tara Brenner, P.G., P.E., CB&I Steve Keehn, P.E., CB&I Exhibit A Scope of Work EXHIBIT A. - SCOPE OF WORK DOCTORS AND WIGGINS PASS DREDGING COLLIER COUNTY, FL JUNE 2017 Introduction This scope of work is at the request of Collier County (County) for CB&I Environmental & Infrastructure (CB&I) to provide the engineering services described below to support the County in designing, bidding, obtaining notices to proceed from Florida Department of Environmental Protection (FDEP), and administering construction for the maintenance dredging of Doctors Pass and Wiggins Pass. This proposal contains the tasks necessary to bring the project from design through construction based on existing permit authorizations. CB&I will assist the County in preparing for construction by conducting a dredge analysis to detennine dredge areas, dredge volumes and disposal areas, producing construction plans and technical specifications, coordinating with FDEP for Notices to Proceed, and providing bidding assistance to the County. CB&I will supplement the County's inspection efforts with periodic onsite observations and office support during construction and will develop the post -construction certification and post -construction report based on the surveys, reports and observation of the contractor, and the County inspection efforts during construction. 1. Design & Coordination After review of the preliminary volume estimates based on the permitted dredge templates, an engineering analysis will be conducted to adjust dredge areas, dredge volumes and disposal areas where practicable to optimize the project. At Doctors Pass, the maintenance dredging will likely be integrated with the Naples truck haul project and may overlap with construction of structural improvements by other contractors. For Wiggins Pass, minor adjustments to the dredge template alignment will be sought to take advantage of the naturally forming channel. It is assumed that dredging will be designed to avoid any material that requires special handling and disposal (ex: rock substrate, silt or clay) to the maximum extent practicable. The pre - construction effort will include consultation with FDEP on minor alignment modifications within the present authorizations and coordination with the Florida Park Service on fill placement and park access during construction. CB&I will finalize the quantities and disposal areas based on consultation with permitting agencies, consideration of concurrent County projects, updated calculations and approval from the County. 2. Construction Plans & Specifications With the target quantities and disposal areas approved by the County, CB&I will conduct engineering design work to prepare the inlet dredging and disposal construction templates. CB&I's GIS/CAD professionals will work directly with CB&I engineers to update the inlet dredging plans including plan views and cross-sections of dredge and disposal templates, beach access, equipment storage areas, environmental protection areas and other information required for execution of these inlet dredging projects. The plans will include previously identified areas where the rock substrate and rocky sand are known to exist and require special treatment by the Contractor. CB&I will prepare a combined set of construction plans and specifications with the intent of awarding the work to dredge both inlets under one contract. The construction plans and dredge quantities for bidding will be based on the 2017 annual physical monitoring surveys. A site visit will be conducted during this phase to facilitate coordination and confirm site information is up to date. Technical specifications developed for the project will integrate the QA/QC plans, turbidity standards, and permit conditions into the work. The technical specifications and construction plans will be prepared to address nearshore and/or beach disposal based on the design analysis and coordination with the Park Service regarding Delmer Wiggins State Park. 3. Bidding Assistance & Notice to Proceed Once the construction plans and technical specifications are completed, CB&I will compile and submit the items necessary to request the FDEP Notice to Proceed (NTP) and provide the County with a bid package containing: construction plans, technical specifications, project permits, bid form, contractor questionnaire, and engineer's opinion of probable costs. CB&I will assist the County during the bidding process. CB&I staff will participate in the pre-bid meeting via phone conference, and assist the County in answering technical questions as needed during the bidding process. Once the bids have been opened, CB&I will assist the County in reviewing the bids and prepare a recommendation for award based on a review of the bids deemed responsive by County procurement. 4. Construction Services During construction, CB&I will support the County's inspection efforts and perform weekly site visits to observe the work and coordinate on a regular basis with County staff and inspectors. CB&I will track and coordinate the use of the various disposal area options. As needed, CB&I will assist with Change Orders to direct the Contractor to adapt the work and switch amongst the permitted disposal areas. The Contractor will be required to perform pre -dredge and post -dredge (pay) surveys as part of the construction contract. CB&I will use these surveys to calculate and verify the Contractor's pay volumes, and pay applications, and then recommend approval for payment as appropriate based on the progression of the work. The Contractor's survey results and data will also be used to assess dredge progress and monitor permit compliance. Each week, CB&I will review the results of the environmental monitoring, such as turbidity monitoring, and submit reports to regulatory agencies as required for permit compliance. Based on estimated quantities, past performance and conditions known at this time, it is expected that active construction will be approximately 14 weeks, during which CB&I will perform 1 site visit per week, and that mobilization/demobilization may add up to 6 weeks. Our enclosed fee estimate is based on these assumptions and assumes a total construction period not to exceed 20 weeks. S. Engineer of Record & Post -Con Report As the engineer of record, CB&I will conduct pre-, during- and post -construction tasks necessary for certification of the project upon completion. A CB&I engineer will attend the pre -construction conference and maintain oversight during construction. The engineer of record will assist the County in conducting the post -construction walkthrough and preparing a punchlist for project demobilization. Based on surveys, daily reports and observations made by the dredge contractor, CB&I's observations and those of the County inspectors, CB&I will prepare a post -construction certification to meet permit requirements. In accordance with the Physical Monitoring Plan, post -construction topographic and bathymetric surveys of the inlets and disposal areas will be collected by the Contractor. CB&I will prepare and submit the post - construction engineering reports and the monitoring data to the BBCS within 90 days following completion of the post -construction survey. The report will summarize construction, discuss the data and the performance of the maintenance dredge projects. Appendices will include plots of survey profiles and graphical representations of volumetric and channel position changes for the monitoring area. Summary This work will be performed on a time and materials (T&M) basis with a cost not to exceed $149,988.94 as outlined in the attached fee spreadsheet. The work will be completed within 365 days of receipt of the Notice to Proceed. Exhibit B Fee Proposal EXHIBIT B FEE PROPOSAL FOR DOCTORS AND WIGGINS PASS DREDGING COLLIER COUNTY BEACH RENOURISHM ENT PROJECT, Contract No. 17-7128 Page 1 of 2 r:one,konne\PApo®�=�n� ciiiinr,�meooi'woaim Di,.. we s. einieu a rea",aii.nv Task Item Task Cost Reimbursable Expenses Labor& Equipment Principal Hours Senior Project Manager Hours LABOR Project Manager Hours COSTS Senior Marine Biologist Hours Planner/ Cowl Engineer Hours GIS Specialist (Hours) Clerical Hours 1 Design & Coordination $21,00000 50.00 $21,004.00 a. Doctors Pass Design & Coordination $0.00 $8,039.00 1 8 20 24 8 b. Wiggins Pass Design & Coordination $0.00 $12,96500 1 14 32 12 28 6 2 Construction Plans & Specifications $34,220.14 $160.14 $34,060.00 a. Doctors Pass Plans & Specifications $80.07 $16,422.00 2 14 24 4 46 40 4 b. Wiggins Pass Design Plans & Specifications 580.07 $17,638.00 2 16 28 6 46 40 4 3 Bidding Assistance &NTP $8,320.14 $160.14 $8,160.00 a. Doctors Pass Bidding $80.07 $4080.00 1 6 10 2 8 3 b. Wiggins Pass Bidding $80.07 $41000.00 1 6 10 2 8 3 4 Construction Services $58,882.24 $2,562.24 $56,320.00 a. Dodors Pass Construction $840.56 $14,080.00 2 10 30 1 62 4 1 b. Wiggins Pass ConstmcEon $1,921.60 $42,240.00 6 30 90 3 185 12 3 5 Engineer of Record & Post -Con Report $27,562.42 5480.42 $27,082.00 a. Dodors Pass EOR $240.21 $13,541.00 1 30 14 4 40 8 4 b. Wggins Pass EOR 3240.21 $13,541.00 1 30 14 4 40 8 4 TIME& MATERIALS TOTAL $149,98&94 18 $207 $3,726 164 $173 $26,372 272 $148 $40,256 38 $139 $5,282 468128 $111 $54,168 $103 $13,184 26 $63 $1,638 r:one,konne\PApo®�=�n� ciiiinr,�meooi'woaim Di,.. we s. einieu a rea",aii.nv EXHIBIT B FEE PROPOSAL FOR DOCTORS AND WIGGINS PASS DREDGING COLLIER COUNTY BEACH RENOURISHMENT PROJECT, Contract No. 17-7128 Page 2 of 2 FWlfthNn FmpomlelFbMn r'Ml'al 1llel 1t WsM ri 101W 0141p plwi4i en W✓ apine Uhiblt 5 Fee Ro,Wm Tasklmm Meals Lodging REIMBURSEASLE Airfare EXPENSES Mileage Rental Car Tolls 1 Design& Coordination a. Doctors Pass Design & Coordination b. Wiggins Pass Design & Coordination 2 Construction Plans B Specifications a. Doctors Pass Plans & Specifications 0.5 126 0.5 b. Wiggins Pass Design Plans & Specifications 0.5 126 0.5 3 Bidding Assistance& NTP a Doctors Pass Bidding 0.5 126 0.5 b. Wiggins Pass Bidding 0.5 126 0.5 4 Construction Services a. Doctors Pass Construction 4 1,006 4 In. Wggins Pass Construction 12 3,024 12 5 Engineer of Record & Post -Con Report a. Doctors Pass EOR 1.5 378 1.5 b. Wggins Pass EOR 1.5 378 1.5 21 $36.00 $756.00 0 $165.00 $0.00 0 $800.00 $0.00 5,292 $0.445 $2,354.94 0 $80.00 $0.00 21 $12.00 $252.00 FWlfthNn FmpomlelFbMn r'Ml'al 1llel 1t WsM ri 101W 0141p plwi4i en W✓ apine Uhiblt 5 Fee Ro,Wm Exhibit C Rate Schedule SCHEDULE B RATE SCHEDULE Title Rate Principal $207.00 Senior Project Manager $173.00 Project Manager $148.00 Senior Engineer $158.00 Engineer $124.00 Senior Inspector $97.00 Ins ector $77.00 Senior Planner $140.00 Planner $111.00 Senior Designer $115.00 Designer $95.00 Environmental Specialist $110.00 Senior Environmental Specialist $135.00 Scientist/Geologist $94.00 Senior Scientist/Geologist $119.00 Marine Bio log ist/H dro eolo ist $111.00 Senior Marine Biolo ist/H dro eolo ist $139.00 Senior GIS Specialist $146.00 GIS Specialist $103.00 Clerical/Administrative $63.00 Senior Technician $86.00 Technician $73.00 Surveyor and Mapper $121.00 CAD Technician $82.00 Survey Crew - 2 man $136.00 Survey Crew - 3 man $172.00 Survey Crew - 4 man $205.00 Senior Architect $155.00 Architect $122.00 This list is not intended to be all inclusive. Hourly rates for other categories of professional, support and other services shall be mutually negotiated by Collier County and firm on a project by project basis as needed. B-1 (`a ,ti .: Contract # 17-7128 "Engineering for Doctors and Wiggins Pass Dredging" Grant Funded (CSFA 37.003 and CFDA 97.036) 17:t�1���L�ITl1���I:�►�C�l��ej:i��i►� I � � r� THIS AGREEMENT is made and entered into this day of , 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 CB&I Environmental & Infrastructure, Inc., authorized to do business in the State of Florida, whose business address is 2103 Research Forest Drive, The Woodlands, TX 77380 (hereinafter referred to as the "CONSULTANT' and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Consulting Engineering Services of the CONSULTANT concerning Engineering for Doctors and Wiggins Pass Dredging (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; and WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; 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: Contract # 17-7128 Engineering For Doctors I CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CAU ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional Engineering Consulting services in all phases of the Project to which this Agreement applies. 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 Thomas Pierro, Vice President 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 Contract if 17-7128 Engineering for Doctors 2 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging G 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. 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 Contract # 17-7128 Engineering for Doctors 3 CBM Environmental & Infrastructure, ]nAQ and Wiggins Pass Dredging Naples, FL 34112-5746 Telephone: (239) 252-8383 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 Contract # 17-7128 Engineering for Doctors 4 CBM Environmental & Infrastructure, Inc. and Wiggins Pass Dredging Cho shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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. Contract # 17-7128 Fngincering for Doctors 5 CB&I Environmental & Infrastructure. Inc. and Wiggins Pass Dredging 0 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 the Florida State Plane East (US Feet) Coordinate System (NAD 83190). 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 Contract # 17-7128 Engineering for Doctors b CBM Environmental & Infrastructure, inc. CSO and Wiggins Pass Dredging 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 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. Contract # 17-7128 Engineering for doctors 7 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging &(� 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.$. 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 Contract 417-7128 Engineering for Doctors 8 CB&I Environmental & infrastructure, In & and Wiggins Pass Drcdging (c) The amount of compensation the OWNER is obligated or committed to pay the 1019101,Y9101FT1219 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. Contract 9 17 -7128 Engineering for Doctors 9 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging 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 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 Contract #17-7128 Engineering for Doctors 10 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging (9 reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 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 ethodologies: 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 Contract #17-7128 Engineering for Doctors i I CB&I Environmental & Infrastructure, Irl and Wiggins Pass Dredging Ao by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 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. Contract # 17-712$ Engineering For Doctors 12 CB&1 Environmental & Infrastructure, Inc, and Wiggins Pass Dredging AQ 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 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 defend, 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. Contract 417-7128 Engineering for Doctors 13 CB&I Environmental & Infrastructure, injQ`4() and Wiggins Pass Dredging .� 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: 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: Contract 4 17-712 8 Engineering for Doctors 14 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging 9 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 Vl" or higher. 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. All personnel 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 Contract 417-7128 Engineering for Doctors 15 CBM Environmental & Infrastructure, t and Wiggins Pass Dredging '`jam 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. 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 Contract 417-7128 Engineering for Doctors 16 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging i Ao 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 and described in this Agreement, including those described in Section B, that are in CONSULTANT'S possession or under its control. Contract 1117-7128 Engineering For Doctors 17 CB&1 Environmental & Infrastructure, Inc FAQ and Wiggins Pass Dredging 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. Contract # 17-7128 Engineering for Doctors 18 CBM Environmental & Infrastructure, Inc. and Wiggins Pass Drcdging '90 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. Contract # 17-7128 Enginccring for Doctors 14 CD3&1 Environmcntal & Infrastructure, Incf.�O and Wiggins Pass Dredging 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 c/o Coastal Zone Management 2685 South Horseshoe Drive, Unit 103 Naples FL, 34104 Telephone: 239-252-2966 Fax: 239-252-2950 Attention: Gary McAlpin, Manager Email: garymcalpin@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: CB&I Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd Boca Raton, FL 33431 Phone: 561-391-8102 Fax: 561-391-9116 Attn: Thomas Pierro, Vice President Email: Thomas.Pierro@cbi.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. Contract it 17-7128 Engineering for Doctors 20 CB&1 F.nvironmental & Infrastructure, Inc. and Wiggins Pass Dredging (10), ARTICLE SEVENTEEN MISCELLANEOUS 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. Contract # 17-7128 Engineering Far Doctors 21 CB&I Environmental & Infrastructure, Inc .�0 � and Wiggins Pass Dredging 9 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 Schedule G RFP # 17-7128 Terms and Conditions Schedule H 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 AGREEMENTIPUBLIC 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 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 Contract 1117-7128 Engineering for Doctors 22 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging �.,� 0 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-ln-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 30 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 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 Contract # 17-7128 Engineering for Doctors 23 CB&I Environmental & Infrastructure, lnc. and Wiggins Pass Dredging �Aa 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. ********** (The reminder of the page is intentionally left blank.) Contract 417-7128 Engineering for Doctors 24 C$&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging ['A 0 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for Engineering Consultanting Services the day and year first written above. ATTEST: Dwight E. Brock, Clerk go Date: pproved as to Form and Legality: ssistant County Attorney Name Witness Name and Title Witness Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Bv: Penny Taylor, Chairman CB&I Environmental & Infrastructure Inc. Name and Title Contract # 17-7128 Engineering for Doctors 25 CB&I Environmental & Infrastructure, Inc and Wiggins Pass Dredging Bio SCHEDULE A SCOPE OF SERVICES SCOPE OF SERVICES Introduction The CONSULTANT will provide engineering services described below to support the COUNTY in designing, bidding, obtaining notices to proceed from Florida Department of Environmental Protection (FDEP), and administering construction for the maintenance dredging of Doctors Pass and Wiggins Pass. This Agreement contains the tasks necessary to bring the project from design through construction based on existing permit authorizations. The CONSULTANT will assist the COUNTY in preparing for construction by conducting a dredge analysis to determine dredge areas, dredge volumes and disposal areas, producing construction plans and technical specifications, coordinating with FDEP for Notices to Proceed, and providing bidding assistance to the COUNTY. CONSULTANT will supplement the COUNTY's inspection efforts with periodic onsite observations and office support during construction and will develop the post -construction certification and post -construction report based on the surveys, reports and observation of the contractor, and the COUNTY inspection efforts during construction. 1. Design & Coordination After review of the preliminary volume estimates based on the permitted dredge templates, an engineering analysis will be conducted to adjust dredge areas, dredge volumes and disposal areas where practicable to optimize the project. At Doctors Pass, the maintenance dredging will likely be integrated with the Naples truck haul project and may overlap with construction of structural improvements by other contractors. For Wiggins Pass, minor adjustments to the dredge template alignment will be sought to take advantage of the naturally forming channel. It is assumed that dredging will be designed to avoid any material that requires special handling and disposal (ex: rock substrate, silt or clay) to the maximum extent practicable. The pre -construction effort will include consultation with FDEP on minor alignment modifications within the present authorizations and coordination with the Florida Park Service on fill placement and park access during construction. The CONSULTANT will finalize the quantities and disposal areas based on consultation with permitting agencies, consideration of concurrent COUNTY projects, updated calculations and approval from the COUNTY. 2. Construction Plans & Specifications With the target quantities and disposal areas approved by the COUNTY, the CONSULTANT will conduct engineering design work to prepare the inlet dredging and disposal construction templates. The CONSULTANT's GIS/CAD professionals will work directly with the CONSULTANT engineers to update the inlet dredging plans including plan views and cross- sections of dredge and disposal templates, beach access, equipment storage areas, environmental protection areas and other information required for execution of these inlet dredging projects. The plans will include previously identified areas where the rock substrate and rocky sand are known to exist and require special treatment by the Contractor. Contract 417-7128 Engineering for Doctors A-1 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging 0A0 The CONSULTANT will prepare a combined set of construction plans and specifications with the intent of awarding the work to dredge both inlets under one contract. The construction plans and dredge quantities for bidding will be based on the 2017 annual physical monitoring surveys. A site visit will be conducted during this phase to facilitate coordination and confirm site information is up to date. Technical specifications developed for the project will integrate the QA/QC plans, turbidity standards, and permit conditions into the work. The technical specifications and construction plans will be prepared to address nearshore and/or beach disposal based on the design analysis and coordination with the Park Service regarding Delnor Wiggins State Park. 3. Bidding Assistance & Notice to Proceed Once the construction plans and technical specifications are completed, CONSULTANT will compile and submit the items necessary to request the FDEP Notice to Proceed (NTP) and provide the COUNTY with a bid package containing: construction plans, technical specifications, project permits, bid form, contractor questionnaire, and engineer's opinion of probable costs. The CONSULTANT will assist the COUNTY during the bidding process. The CONSULTANT's staff will participate in the pre-bid meeting via phone conference, and assist the COUNTY in answering technical questions as needed during the bidding process. Once the bids have been opened, CONSULTANT will assist the COUNTY in reviewing the bids and prepare a recommendation for award based on a review of the bids deemed responsive by COUNTY procurement. 4. Construction Services During construction, the CONSULTANT will support the COUNTY's inspection efforts and perform weekly site visits to observe the work and coordinate on a regular basis with COUNTY staff and inspectors. The CONSULTANT will track and coordinate the use of the various disposal area options. As needed, the CONSULTANT will assist with Change Orders to direct the Contractor to adapt the work and switch amongst the permitted disposal areas. The Contractor will be required to perform pre -dredge and post -dredge (pay) surveys as part of the construction contract. The CONSULTANT will use these surveys to calculate and verify the Contractor's pay volumes, and pay applications, and then recommend approval for payment as appropriate based on the progression of the work. The Contractor's survey results and data will also be used to assess dredge progress and monitor permit compliance. Each week, the CONSULTANT will review the results of the environmental monitoring, such as turbidity monitoring, and submit reports to regulatory agencies as required for permit compliance. Based on estimated quantities, past performance and conditions known at this time, it is expected that active construction will be approximately fourteen (14) weeks, during which CONSULTANT will perform one (1) site visit per week, and that mobilization/demobilization may add up to six (6) weeks. Consultant's fee is based on these assumptions and assumes a total construction period not to exceed twenty (20) weeks. Contract #17-7128 Engineering for Doctors n-2 CB&I Environmentai & Infrastructure, Inc. and Wiggins Pass Dredging G S. Engineer of Record & Post -Con Report As the engineer of record, the CONSULTANT will conduct pre-, during- and post - construction tasks necessary for certification of the project upon completion. A CONSULTANT engineer will attend the pre -construction conference and maintain oversight during construction. The engineer of record will assist the COUNTY in conducting the post - construction walkthrough and preparing a punchlist for project demobilization. Based on surveys, daily reports and observations made by the dredge contractor, CONSULTANT's observations and those of the COUNTY inspectors, the CONSULTANT will prepare a post - construction certification to meet permit requirements. In accordance with the Physical Monitoring Plan, post -construction topographic and bathymetric surveys of the inlets and disposal areas will be collected by the Contractor. The CONSULTANT will prepare and submit the post -construction engineering reports and the monitoring data to the BBCS within ninety [90] days following completion of the post - construction survey. The report will summarize construction; discuss the data and the performance of the maintenance dredge projects. Appendices will include plots of survey profiles and graphical representations of volumetric and channel position changes for the monitoring area. END OF SCHEDULE A. Contract # 17-7128 Engineering for doctors A-3 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging L'CA0 SCHEDULE B BASIS OF COMPENSATION TIME AND MATERIAL 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 design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then -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 monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. ITEM TASKS NOT TO EXCEED AMOUNT: 1. Design & Coordination $21,004.00 2. Construction Plans & Specifications $34,060.00 3. Bidding Assistance & Notice to Proceed $8,160.00 4. Construction Services $56,320.00 5. Engineer of Record & Post -Con Report $27,082.00 6. Not -to -Exceed Fee for Reimbursable Expenses for all Tasks $3,362.94 TOTAL FEE Total Items 1-6 $149,988.94 B.2.2. 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 1 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, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided. 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 Contract #17-7128 Engineering for Doctors Q-1 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CALF provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Sections 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 this 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 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 and Reimbursable Expenses 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.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 the Project name and shall not be submitted more than one time monthly. B.3.3. Notwithstanding anything herein to the contrary, in no event may CONSULTANT'S monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4. 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. Contract 017-7128 Engineering for Doctors B-2 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CA(1 B.3.5. 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 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.5.1. Reimbursable Expenses associated with Additional Services 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.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5.1.2. 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.3.5.1.3. Permit Fees required by the Project. B.3.5.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.5.1.5. Expense of models for the County's use. B.3.5.1.6. Other items on request and approved in writing by the OWNER. Contract #17-7128 Engineering for Doctors B-3 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CAU Attachment 1 SCHEDULE B CONSULTANT'S RATE SCHEDULE Job Title Hourly Rate Principal $207.00 Senior Project Manager $173.00 Project Manager $148.00 Senior Marine Biologist $139.00 Planner/Coastal Engineer $111.00 GIS Specialist $103.00 Clerical $63.00 The above 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, without further Board approval. END OF SCHEDULE B. Contract #17-7128 Engineering for Doctors B-4 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CAU SCHEDULE C PROJECT MILESTONE SCHEDULE Contract # 17-7128 Engineering for Doctors C-1 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging Cumulative Number of Calendar Days Item/Task/Pha For Completion se Description from Date of Notice to Proceed for Services under this Agreement 1. Design & Coordination 365 2. Construction Plans & Specifications 365 3. Bidding Assistance & Notice to Proceed 365 4. Construction Services 365 5. Engineer of Record & Post -Con Report 365 Contract # 17-7128 Engineering for Doctors C-1 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging SCHEDULE ❑ 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 (14) 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 shall relieve CONSULTANT of this requirement to provide notice. in the event of a reduction in Contract # 17-7128 Engineering for Doctors D -i CB&I Environmental & Infrastructure, Inc. CAp and Wiggins Pass Dredging 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 (34) 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. Contract #17-7128 Engineering for Doctors D-2 CBM Environmental & Infrastructure, Inc. and Wiggins Pass Dredging cAD (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 $500,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Contract #17-7128 Engineering for Doctors D-3 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging G CAU X Applicable Not Applicable $300,000 Per Occurrence (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. X Applicable Not Applicable $300,000 Per Occurrence 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: X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement warding. "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. Contract # 17-7128 Engineering for Doctors D-4 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging i (3) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Halder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. (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. X Applicable Not Applicable $300,000 Per Occurrence (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? X Yes No (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: Contract # 17-7128 Engineering for Doctors D-5 CB&1 Environmental & Infrastructure, Inc. and Wiggins Pass Dredging CAU X Bodily Injury & Property Damage - $ 500,000 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 (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. Contract # 17-7 12 8 Engineering for Doctors 1)-6 CS&I Environmental & infrastructure, Inc. ? 4p and Wiggins Pass Dredging (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 OWNER'S insurance representative, to pursue the maximum credit available from the 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 Contract # 17-7128 Engineering for Doctors D-7 CB&I Environmental & Infrastructure, Inc. OAQ and Wiggins Pass Dredging 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 Contract #17-7128 Engineering for Doctors D-8 CB&I Environmental & Infrastructure, Inc. and Wiggins Pass Dredging G SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, CB&I Environmental & Infrastructure, Inc. 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 Engineering for Doctors and Wiggins Pass Dredging are accurate, complete and current as of the time of contracting. CB&I Environmental & Infrastructure, Inc. 101 TITLE: DATE: E-1 CAU SCHEDULE F KEY PERSONNEL Name Personnel Category % of time Thomas Pierro, PE Principal 2% Stephen Keehn, PE Tara Brenner, PG, PE Lauren Floyd Spencer Waganaar, EI Heather Vollmer Gary Krystiniack Tracie McCauley Senior Project Manager Project Manager Senior Marine Biologist Planner/Coastal Engineer GIS/CAD Specialist GIS/CAD Specialist C (erica I 14% 24% 3% 43% 6% 6% 2% SCHEDULE G Request for Proposal # 17-7128 (following this page) H -i G SCHEDULE H Consultant's Proposal (following this page) H -i 9 9 -- tu & - ) ■ � . a; � k � ;i J � o ¥�■ _ _ � � �2} ■;■ G 8 «�co _ ~ N ! \ - s 0 0 -- �'Ir • ` eq m � � `� $ ]$ :a 0ap[ CO k k § £ ( k k �| � | t # . !�a . ■ 7 ■ ) £ | � | � ;'■ ) � - 2:3 � , � k�ƒ ! . u ��.� & 9 � 40 • U M111161:1 • M ti ie runty Administrative Services Department Procurement Services Division 111 11 Pill III 17-7128 — Doctors and Wiggins Pass Dredging (239) 252-6098 (Telephone) (239) 252-6302 (Fax) Adamnorthrup@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 Cou s>rarri�rs a.nArx..� v.r air 3327 Tplmoirni i?aiI E <l - Naples, l ,;r'da Y, 112—IK-0I .?`�1_Jf 6r �,vr. x, Eerr�,. rte? on, _.r€ rnnni....r.i.;z... my Government. CCNA (Revision 06132016 LEGALNOTICE..........................................................................................................................3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT .......................4 EXHIBIT II: GENERAL RPS INSTRUCTIONS............................................................................8 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS................12 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RPS...........................................15 ATTACHMENT 1: CONSULTANT'S NON -RESPONSE STATEMENT......................................24 ATTACHMENT 2: CONSULTANT CHECK LIST.......................................................................25 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT........................................................26 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT............................................27 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION.............................................29 ATTACHMENT 6: CONSULTANT SUBSTITUTE W- 9...........................................................30 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS........................................31 ATTACHMENT 8: DOCTORS PASS SURVEY.............ERROR! BOOKMARK NOT DEFINED.5 ATTACHMENT 9: WIGGINS PASS SURVEY ............... ERROR! BOOKMARK NOT DEFINED.6 ATTACHMENT 10: GRANT FORMS...........................................................................37 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 2 C3L 1e7' 01414ty Administrative Services Department Procuremcnt Seng ces Division Pursuant to approval by the County Manager, Sealed Proposals to provide Engineering Services will be received until 3:OOPM, Naples local time on 0510312017. All Proposals must be submitted electronically on the County's on-line bidding system: www.colliergov.net/bid RPS Solicitation Doctors and Wiggins Pass Dredging Services to be provided may include, but not be limited to the following: Perform all permitting and design activities to obtain an FDEP and USACE Notice to Proceed for the Dredging of Doctors Pass and Wiggins Pass. ® 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 Procurement Services Division 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/ Edward F. Coyman, Jr. Director, Procurement Services Division This Public Notice was posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on 0410412017. RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 3 As requested by the Coastal Zone Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. Collier County Coastal Zone Management Division is soliciting for a design firm to perform all permitting and design activities to obtain an FDEP and USACE Notice to Proceed for the Dredging of Doctors Pass and Wiggins Pass. Dredging of Doctors Pass and Wiggins Pass has been performed numerous times in the past and will be based on the recently completed survey and monitoring reports performed by Humiston and Moore in February 2017. These exhibits are attached in this Request for Professional Services package. It is the intent of the County to dredge Doctors Pass and Wiggins Pass after turtle nesting season is complete beginning November 1, 2017. It is anticipated that these projects will be executed at the same time utilizing one mobilization. The exact sequence of construction has not been finalized but one dredging event will immediately follow the other with no gaps or delays between dredging events. Services requested under an awarded contract may include but are not limited to the following: • Utilize the existing permits for both Doctors Pass (JCP Permit No. 0331817 -001 -JC) and Wiggins Pass (JCP Permit No.0142538-008-JC) along with the recently completed surveys conducted by Humiston and Moore in February 2017 as the basis for the design and permitting activities. • Perform all permitting and design activities necessary to obtain Notice to Proceed authorization from FDEP and the USACE for both projects. • Provide design, permitting, plans, specification and bidding documentation as necessary to execute the projects. • Provide coordination activities during the design and construction with the contractor and permitting agencies. • Review and approve all contractor submittals. • Perform an Engineers Opinion of Most Probable Costs. • Provide part time construction inspections sufficient to perform Engineer of Record Certification. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging ® Perform all Engineer of Record activities, issue a final report for each project and certify the results. ® Participate in 2 meetings with the County and local stakeholders to discuss the project. Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs only. 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 RPS process. Event Date Issue Solicitation Notice 04/04/2017 Last Date for Receipt of Written Questions 04/26/2017; 3:OOPM Solicitation Deadline Date and Time 05/03/2017; 3:OOPM Anticipated Evaluation of Submittals May of 2017 Consultant Presentations if Required May of 2017 Anticipated Completion of Contract Negotiations May of 2017 Anticipated Board of County Commissioner's Contract Approval Date June of 2017 Response Format The Consultant understands and agrees to abide by all of the RPS 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 RPS. 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 RPS. All proposals should be presented as described in the RPS in PDF or Microsoft Word format with Tabs clearly marked. 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 RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 5 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 (5 Points) In this tab: • 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 RPS. • Provide details of unique benefits that the firm offers on this project. • Describe how your firm will meet the specific needs of the County. 2. Tab II, Business Plan (30 Points) In this tab, include: • Describe how your firm plans to take on this contract while balancing work from other clients. • Detailed plan of approach (including major tasks and sub -tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. 3. Tab III, Experience and Capacity of Firm (35 Points) In this tab, include: • Provide information that documents Consultant's and any suggested subcontractors qualifications to perform a dredging project such as this, include, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Provide details of risks that may be associated with the project and how the firm may overcome those risks. • Provide three (3) references from previous dredging projects in the last ten (10) years. Include contact name, company address, phone, email description of specific project your firm completed, and any other relevant information. • Provide a list of projects that includes sufficient detailed description and outlines the firms experience in dredging, success and cost effectiveness. Include start date, end date, original budget, final project cost and number of change orders. 4. Tab IV, Specialized Expertise of Team Members (30 Points) In this tab, include: • 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. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 6 Provide the resumes of key individual and qualifying experience relative to dredging that are available resources and assigned to this project. Include details of unique benefits that the firm offers on this project. Attach resumes of any sub -consultants. If sub -consultants are being utilized, letters of intent from stated sub -consultants must be included with proposal submission. 5. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RPS, and to insurance requirements or any other requirements listed in the RPS. 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. 6. 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 • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Other: Licenses, Certifications, etc. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging Exhibit II® General RPS Instructions 1. Questions Direct questions related to this RPS to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.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 Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre -Proposal Conference The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RPS with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RPS. Only written responses to written questions will be considered official, and will be included as part of the RPS as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this solicitation. If this pre -proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RPS Proposals must be in strict compliance with this RPS. Failure to comply with all provisions of the RPS may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RPS, 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 RPS from the Procurement Services Division. 5. 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 RPS, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be submitted electronically on the County's online bidding system: www.colliergov.net/bid before 3:OOPM, Naples local time, on or before 05/03/2017. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 8 --- 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. The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 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. 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 Professional Services is issued. 3. 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 RPS. 4. 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 Procurement Services Division Building and on the County's Procurement Services Internet site. 5. 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 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. 6. At the beginning of the selection committee discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. 7. Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the Request for Professional Services using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score Form is RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 9 merely a tool to assist the selection committee member in their review of the proposals. 8. 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 the discussion, the selection committee members will announce their scores of the proposers. 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. 1. The Procurement professional will record individual scores on the preliminary scoring Sheet which will mathematically compile into an overall preliminary committee rank of proposers. 11. Selection committee will then, by consensus, determine how many proposers to bring back for oral presentations. 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. 12. 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 RPS 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. 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. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. 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 5 Points RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 10 Tab II, Business Plan Tab III, Experience and Capacity of the Firm Tab IV, Specialized Expertise of Team Members TOTAL 30 Points 35 Points 30 Points 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. 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. 13. Reserved Rights Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet additional or reduced requirements of Collier County. Notwithstanding any other provisions of this Article, if none or only one responsive and responsible bid or proposal is received following any solicitation, the County Manager, or designee, reserves the right to reject all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County unless otherwise provided by law. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 11 2 4. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to 5 cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 12 0 Q Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the 11 COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation 12 Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the 13 COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. Warranty of Non -Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 13 prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and 19 the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 14 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 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 15 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. 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 Procurement Ordinance. 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. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 16 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. Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a) -(b) 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 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. 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. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 17 Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@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. RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 18 9. 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 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. 10. 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. 11. Survivability Bids (ITBs/RPSs): The Con sultant/ContractorNendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 17-7128 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. 12. 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 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 19 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. 13. 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. 14. Termination Should the Consultant be found to have failed to perform 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. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 16. Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607.9501) 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. 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RPS. 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 RPS. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 20 entity may act as a sub -consultant to any other firm or firms submitting under the same RPS. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. Any actual bidder or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. Complete form and instructions for formal protest are set forth in Section 23 of Collier County Ordinance 2017-08. The protesting party must have standing as defined by established Florida case law to maintain a protest. 19. 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. 20. Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division 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 RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 21 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPSCcr7colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs.. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RPS 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. 22. 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, RPS, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. 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 Professional Services (RPS) including professional services and construction services. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 22 Exceptions to the program: ® Commodity based procurement where no services are provided. ® Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders 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/bidder'sr pro ora l. Acceptable evidence consists of a copy of the properly completed E-Verify Company page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide thew Collier E-Verify Program.Procurement The affidavit is Division an attached executed affidavit certifying they shall comply .„„I`® with providing the to the solicitation documents. If the Bidder/Consultant doe- not ,.,, acre table E-Verifr evidence and the executed affidavit the bidder's / Consultant's propaV be deemed non-up- Additionally, on-reAdditionally, Consultants shall require all subcontracted the pronsultants to use the. E Verify system for all purchases not covered under the Except p For additional information regarding the Emplotlhs.nEligibility r�. Ver Itifshall be theication System Cons tantys program visit the following website: http://www.dhs.gov responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception of or ithe Immigration Reform and Control on, any firm(s) receiving an award shall be fully responsible for complying with the provisions Act of 1986 as located at 8 U.S.C. 1324, et seg. nnth s aff da� tS Faalture by theing firm(s), m(s)bo amended and with the provisions contained comply with the laws referenced herein or the phadisions of this iscretion iun laterally terminater shall constitute a said of the award agreement and the County shallve the disc agreement immediately. RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 23 ilei COUVIty Administrative Services DepartMent procuarement Sen/ices Division Attachment 1: Consultant's Non -Response Statement issue icita ons that The sole intent of the Collier County Procurement Se tascertaininlg reasons for are a e n e ested in clear, concise and openly competitive. Therefore, w your firm is not respo Consultants not wishing to respond to thissolicitation. item(s) if below and return this nform vding ia prospective b checking th ( ) this RPS, please indicate the reason(s) y email or fax, noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCA solicitation 17®7128 — octors and Wiggins Pass rein 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 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging ol er County Administrative Services Department ProGUrement 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. ❑ Copies of Engineering License. ❑ Three (3) references from the last 10 years. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 25 ® le -r CoufttY Administrative Services Department Procurement services Division Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief,the past and dcurrent ing does no pose an work on any Collier County project affiliated with: 17-7128 — Doctors and Wigg ins organizational conflict as described by one of the three categories below: or current Biased ground rules —The firm has not set the round statemeaffiliated nt of work, specifications, lor County project identified above (e.g., writing procurement's 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 rk on an past perforlmancde of itself oror ra competitor, tor, ent Collier County project identified above to evaluateproposals / which calls into question the contractor's ability has not had accessimpartial to nonpublic advice onpublichnfo mat on as part e government. Unequal access to information The firm roded the of its performance of a Collier County project Id It vteladvantage inl cur ent oafutupre soliciitat ons and contractor (or an affiliate) with an unfair1p contracts. inntlg: In addition to this signed affidavit, the contractor the work cconsultant omp eted provide past o�lcurre my being 1. All documents produced as a result of 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 Itnn the d squat ficationanizational conflict fo future solicitations affiliated with of the three categories above be identified, may re the above referenced project(s). discl By the signature below, the firm (employees, ofacts concerning past, present, officers and/or agents) certifies, and hereby or currently ently that, to the best of their knowledge and belief, all relevant fac planned interest or activity (financial, contractual, io pose an orgnal, or lani atonal cse) which onflict. project the project identified above has been fully disclosedand does Firm: Signature and Date: Print Name: Title of Signatory: County of State of day of , 20-----------' SUBSCRIBED AND SWORN to before me this ® who is personally known to me to be the by for the Firm, OR who produced the following identification Notary Public Commission RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 26 iey county Administrative Services Deparb hent procuieit?e;it Seimces Division Attachment : Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 R: RPS Solicitation: 17-7128 — Doctors and Wiggins Pass Dredging 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 design associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20® in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Telephone: FAX: Signature by: (Typed and written) Title: RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 27 Additional Information Send payments to: (required if different from Company name used as payee above) 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: RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 28 Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification RPS Solicitation: 17-7128 — Doctors and Wiggins Pass Dredging 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 Professional Services (RPS) submittals. Further, Consultants / Bidders 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/bidder'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 / Bidder'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 / Bidder's proposal. Company Name Title Print Name Date Signature State of County of The foregoing instrument was signed and acknowledged before me this day of 20_, by (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration who has produced as identification. (Type of Identification and Number) 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. RPS CCNA Templatea11032016 17-7128 — Doctors and Wiggins Pass Dredging 29 Administafive Services Department Prcr-urement Seroces _lidiE.c- 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 State Telephone FAX Order Information Address City State FAX Email Zip 2. Company Status (check only one) City Email Remit I Payment Information Address City State FAX Email Zi _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 jowled e. Signature Date Title Phone Number RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 30 Insurance/ Bond Type 1. ® Worker's Compensation 2. ® Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form ger COaftltY Administrative Services Department Procurement Services Division Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $500,000 single limit per occurrence Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury 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 Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ® Automobile Liability $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. The State of Florida, the Department, and the State of Florida Board of Trustees of the Internal Improvement Trust Fund, must be named as "ADDITIONAL INSURED" on the Insurance Certificate. 5. ® Other insurance as ® Watercraft noted: $ 300,000 Per Occurrence ® United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 300,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 300,000 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 RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 31 ❑ Valuable Papers Insurance $ Per Occurrence ❑ 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 "A2 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, the State of Florida, the Department, and the State of Florida Board of Trustees of the Internal Improvement Trust Fund, 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. 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 3/22/2017 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 Consultant Signature Print Name Insurance Agency Date RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 32 Administrative Services Department Procurement Services Division See attached document titled: 17-7128 - Attachment 8 - Doctors Pass Survey" RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 33 COfhe-r €14 ty Administrative Services Department Procurement Services Division See attached document titled: "17-7128 - Attachment 9 - Wiggins Pass Survey" RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 34 Attachment 10 SupplementalGeneral rat Terms and Conditions CSFA 37.003/CFDA7®036 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Est 02/15 R4 Attachment 1 Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 1. Conflict of Interest - This ContractANork Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor's company or its affiliates. . Discriminatory Vendors — (1) No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance during the term of the contract. (2) Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 3. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the Federal or State Legislature, the judicial branch, or a federal or state agency. The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure 4. Record Retention — A. The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the State, or its authorized representatives access to such records for audit purposes upon request. B. In the event of litigation or settlement of claims arising from the performance of this contract, in which case contractor agrees to maintain same until the County, the FEMA Administrator, the Comptroller General of the United States, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related to the litigation or settlement of claims 5. Diversity — All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority 36 02/15 R4 Attachment 1, Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. . Indemnity Provision - Indemnification shall be included in all contracts with contractors/subcontractors, consultants/sub-consultants who perform work in connection with this contract. "The Contractor shall indemnify, defend, save, and hold harmless the Florida Department of Environmental Protection and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers, agents, or employees." 7. Applicable Laws - The contractor shall comply with all applicable federal, state and local rules and regulations in providing services to the County. The contractor acknowledges that this requirement includes, but is not limited to, compliance with all applicable federal, state and local health and safety rules and regulations and that FEMA financial assistance may be used to fund the contract. As such, the contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 8. Scrutinized Companies — Pursuant Section 215.473, F.S. the Local Sponsor subcontractor certifies that it is not listed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and/or Scrutinized Companies with Activities in Israel List (eff. 10.1.2016). Created Pursuant to Subsection 287.135(5), F.S., the subcontractor agrees the County may immediately terminate this Agreement for cause subcontractor is found to have submitted a false certification or if the subcontractor is placed on the Scrutinized Companies list during the term of the Agreement. 9. Administrative, Contractual, or Legal Remedies - Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 10. Termination for Cause and for Convenience - This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (a) Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (b) An opportunity for consultation with the terminating party prior to termination. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in I (a) above. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but no amount shall be allowed for anticipated profit on unperformed services or other work, and any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. 37 02/15 R4 Attachment 1= Sur)Dlemental General Grant Terms and Conditions CSFA 37.0031CFDA97.036 Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall promptly discontinue all affected work (unless the notice directs otherwise) and deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. 11. Compliance with the Contract Work Hours and Safety Standards Act. - (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damage. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 12. Patents and Data - No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The grantor agency and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 13. Clean Air Act and Federal Water Pollution Control Act - (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable stndards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. 14. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 38 02/15 R4 Attachment 0 Supplemental General Grant - and Conditions CSFA 37.0031CFDAi C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." (5) The Contractor's debarment and suspension status will be validated by the County at the System for Award Management at ,,mov,,AW.Santmov and the State of Florida at 1. Reporting - The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. 16. Access to Records — (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract." Pursuant to Section 20.055(5), F.S., the contractor will cooperate with the State of Florida's Inspector General in any investigation, audit, inspection, review, or hearing. 17. Energy Efficiency Standards - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 18. DHS Seal, Logo, and Flags - "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval." 19. No Obligation by Federal Government - The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 20. Program Fraud and False or Fraudulent Statements or Related Acts - The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract." 39 02/15 R4 Attachment 10.1: Suimlemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 CERTIFICATIONS AND FORMS THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS 131 DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and {]Uler Responsibility Matters Primary Covered Transactions 2. Conflict of Interest 3. Anticipated [}BE. K8/VVBE or VETERAN Participation Statement 4. Contractors Bid Opportunity List 5. Lobbying Certification O. Drug Free Workplace 7. General Grant Clauses 40 Attachment .: Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name Project Name Title Project Number Firm Tax ID Number DUNS Number Street Address, City, State, Zip Signature 41 02/15 R4 Attachment 10.1: SupplementalGeneral Grant Terms and Conditions CSFA 37.003/CFDA 97.036 Vendor Submittal — Conflict of Interest Certification Collier County Solicitation No. I, , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with ajudge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in ajudicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. 42 02/15 R4 Attachment 10.1: Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified, Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT IS THE PRIME A FLORIDA -CERTIFIED DISADVANTAGED, VETERAN? Y N IS THE ACTIVITY OF THIS CONTRACT, MINORITY OR WOMEN BUSINESS ENTERPRISE DBE? Y N CONSTRUCTION ? Y N (DBE/MBE/WBE)? OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MEE? Y N CONSULTATION? Y N ADMINISTRATION? ORA SERVICE DISABLED VETERAN? WBE? Y N OTHER? Y N IS THIS SUBMISSION A REVISION? Y N IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR S,UPPLIER WHO IS A DISADVANTAGED, MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE, MBE, WBE VET, SMB8A SUBCONTRACTOR OR SUPPLIER NAME TYPEOFWORKOR SPECIALTY ETHNICITYCODE (See Below) SUB/SUPPLIER DOLLAR AMOUNT PERCENT OF CONTRACT DOLLARS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER EMAIL ADDRESS OF PRIME (SUBMiTTER) TELEPHONE NUMBER FAX NUMBER NOTE: This information is used to track and report anticipated DEE or MEE participation in federally -funded contracts. The anticipated DEE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNIC11W, CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian -Pacific American APA Non -Minority Women NMW Other: not of any other group listedi 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME ONTRACT # (IFB/RFP or PO/REQ) GRANT PROGRAIVI/CONTRACT 17 ACCEPTED BY: ATE 43 Attachment 10.1: SumMemental General Grant Terms and Conditions C 37.003/CFDA 7® PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES I 't is toe poi poi -• of CoWher County that disadvannged businesses and minor ty de7 f as def,%ed in the n�Je Zf ;:edera� AL-guiatbons, (CFR) cr Fibridoflotutes must have the state Prime Contrac-tor/Prime 0xisultarrt, Address and Phone number: Prccurernent number/Adertisement Number: The list Wow ;s intended to be a listing of firms that are, or attempting to, participate on the project numbered abv�. The list roust include the firm biddingor quoting as prime, asv.*11 as subs and suppil'iers quoting for participation- Prime contrvtars and consultants must prc,vide mformation for Numbers 1, 2, 13, and 4and, should provicle arfy Womiation they have for Numbers 5, 6, 7, and a. T?Uf form must be submitted with the bid package, 1. F ederal Tax ID Number: 6.[] DEE Annual Gross Receipts 2, Firm Name: Non -DBE Less than 5 1 million B. Phone Number. Bermeen 1 1-3 rrillion -1, '&ddress Betvieen 5-10 Million 7. Subcontractor Betvieen 16-13 million subconsuttant L --JMore than 13 nig lion 5, 'Year Finn Established- i. Federal TaX. ID Number: 6. 6®E 3, Annual Gross Receipts L Firm Name: Non -DBE Less than a I million 3. Phone Number Between r 1-5 million 4. Address Between 5-10 millicki 7. Subcontractor Betvoeen t 10-15 MilliOn B Sutxo,nsuftaftt L mors than 13 rnii lion 5. Year Firm Established 1. Federal'Tax ID Number: 6. DEE 1.. Annual Gross ReCSiptS L Firm Name: Noi-DBE Less than I mil lion 3. Phone Number Betvieen 1-5 million a. 4ddress Betveen 5-10 rvidlion 7- Subc:.Iltractx Betveen IG -15 million subco'ns,ultant L-1morsthan 15 million 5. Year Firm Established: I Federal Tax 10 Number: 6. DOE S. Annual Gross Receipts 2. Firm Name: on -DBE Lb's than 51 million 3. Phone Number, Betvieen 1-3 nidlim .1, 4,ddress Betveen a 5-16 n-Olicn. 7. Subcontractor Betvieen S 1(3 13 mUlion subconswl.ant Limore than; 13 mil lion 5. Year Firm Established: 44 02/15 R4 Attachment ®: Supplemental General GrantTerms and Conditions CSFA 7® / F A 97.036 Certification Regarding Lobbying The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form --LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1) -(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 45 02/15 R4 Attachment i SuDDlemental General Grant Terms and Conditions CSFA ii D. 97.036 Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Authorized Signature Address Sol icitation/Contract # Date 46 02/15 R4 Attachment 10®1 Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 Scrutinized Companies Certification The undersigned or her knowledge and belief, that it is not listed on the (Vendor/ Contractor) certifies, to the best of his ® Scrutinized Companies with Activities in Sudan List, ® Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and/or ® Scrutinized Companies with Activities in Israel List (eff. 10.1.2016), pursuant to Section 215.473, F.S. The subcontractor further agrees the County may immediately terminate this contract for cause if the vendor/contractor is found to have submitted a false certification or is placed on the Scrutinized Companies list during the term of the contract. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 47 02/15 R4 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Table of Contents Tab I —Cover Letter/Management Summary............................................................................................... 1 TabII — Business Plan.................................................................................................................................... 3 Tab III — Experience and Capacity of the Firm............................................................................................... 7 Tab IV—Specialized Expertise of Team Members...................................................................................... 18 TabV —Acceptance of Conditions.............................................................................................................. 49 Tab VI — Required Form Submittals............................................................................................................ 50 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 Tab Cover Letter/Management Summary May 3, 2017 Collier County Government, Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Attention: Adam Northrup, Procurement Strategist Re: CCNA Solicitation 17-7128, "Doctors and Wiggins Pass Dredging" Dear Mr. Northrup: CB&I Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: 561.391.8102 Fax: 561.391.9116 thomas.pierro@cbi.com www.CBI.com CB&I Environmental & Infrastructure, Inc. (CB&I) welcomes this opportunity to provide Collier County (the County) with our proposal and credentials for your consideration to have CB&I provide engineering and permitting services in support of the Doctors and Wiggins Pass Dredging projects starting in November 2017. The staff of CB&I has been honored to provide the County with expert coastal engineering services for over 20 years. We are one of your current coastal consultants, and have had the opportunity to acquire significant experience and knowledge of your comprehensive coastal program and unique coastal environment. Specifically, we have helped the County design, permit, and implement dredge projects in Doctors Pass and Wiggins Pass for many years. In 2009, we conducted a joint maintenance dredging project of these same two inlets. Following the maintenance dredging, we conducted the Wiggins Pass Numerical Modeling Study to assist the County in determining a new alignment for the pass to improve long-term stability, navigation, sand bypassing and reduce impacts to adjacent shorelines. Based on the results of this study, we designed and obtained Florida Department of Environmental Protection (FDEP) and U.S. Army Corps of Engineers (USACE) permits for the Wiggins Pass Maintenance Dredging Project and assisted in the construction of this project in 2011, 2013 and 2015. Our familiarity with the project permits and experience with the intricacies of implementing both the Doctors and Wiggins Pass Dredging projects concurrently will directly benefit the County in the implementation of the upcoming 2017 dredging, saving the County time and money. We can quickly and efficiently address all Notice to Proceed (NTP) requirements, assist with the bidding process, and oversee the successful construction of both projects within the County's preferred timeframe. CB&I is one of the leading coastal engineering firms in the country. Our multi -disciplinary engineering and scientific staff has designed, modeled, permitted, administered construction, and conducted monitoring of coastal projects on the Atlantic and Gulf coasts of the U.S. over the last 30 years. Our staff is currently working for Collier County in several capacities and has an extensive institutional knowledge of the County's coastal environment. CB&I has provided and continues to offer all of the services detailed in the Scope of Work for this RFP. Some advantages of working with CB&I on the Doctors and Wiggins Pass Dredging projects include: • Extensive experience with permitting, designing and construction of over 75 dredge projects; • Conducted the 2009 Wiggins Pass Numerical Modeling Study; • Obtained permits, designed and oversaw construction of the 2009 Wiggins Pass and Doctors Pass Joint Maintenance Dredging Project • Permitted, designed, and assisted with construction management of the 2011, 2013 and 2015 Wiggins Pass Maintenance Dredging and Navigation Improvement Projects; CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 CB&► Environmental & Infrastructure, Inc. 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: 561.391.8102 Fax: 561.391.9116 thomas.pierro@cbi.com www.CBI.com • A well-established understanding of Collier's resources and coastal challenges; • Retain all the required multi -disciplinary functions in-house to respond quickly to the County's needs, saving time and money. CB&I already has an experienced and dedicated team in place committed to continuing to provide the highest quality service to Collier County. This team of coastal engineers, modelers, biologists, geologists and surveyors has worked together to successfully permit, design, construct and monitor numerous coastal projects for Collier County. We have worked with your staff on many aspects of your coastal program and have already prepared a project specific approach that considers the County's coastal zone management objectives. Our proposed approach is summarized below and described in more detail in Tab II: • Agency coordination for greatest project flexibility • Adjustment of Wiggins Pass channel alignment to take advantage of the natural channel location, potentially reduce dredge volumes, and continue to encourage channel straightening • Optimization of sand placement to reduce sand spit formation on the north side of Wiggins Pass • Strategic placement of sand from Doctors Pass dredging to result in a reduction of volume needed for beach renourishment • Implement pre -construction hardbottom monitoring at Wiggins Pass as required in the biological monitoring plan, if required • Consideration of the County's concurrent coastal projects In order to support the County's Doctors and Wiggins Pass Dredging, our staff of professionals will provide complete in-house engineering services, permitting assistance, GIS/CAD drafting services, and agency coordination. Over our history, we have learned that maintaining diverse in-house expertise greatly promotes and enhances the professional collaboration needed to support a proactive and successful coastal project and provides a unique advantage to our clients — by providing all of these services, we do not have to rely upon sub -consultants to complete this work. CB&I's response is respectfully submitted subject to mutually acceptable contract terms and conditions. We are excited about the prospect of working with the County on this new contract and continuing our working relationship with your staff. Sincerely, Thomas P. Pierro, PE, D.CE Director of Operations CB&I Environmental & Infrastructure, Inc. Authorized Contact Person: Tara Brenner PG, PE, Project Manager 561.361.3169 Tara,Brenner�?, A!,pg!p, CB&I Environmental & Infrastructure, Inc. 100O220170 -631214160 CCNA Solicitation 17-7128 Tab Business Plan As one of your current coastal consultants, we understand and are supportive of the County's goal to have safe and navigable waterways and to optimize beneficial use of dredged material. We concur that combining the inlet dredging projects at Wiggins Pass and Doctors Pass is the best option, allowing the burden of mobilizing equipment and contracting to be shared between the two projects. CB&I would begin work on these projects immediately. Our focus will be on dredge and fill optimization to minimize the required dredge volumes and associated costs, while re-establishing and reinforcing the natural scour and new alignment conditions to the maximum extent allowed by the permit agencies. We recently performed the Wiggins Pass Maintenance Dredging Project (2015) and the Collier Creek Interim Dredging Project (2016); these recent experiences will allow us to move forward seamlessly into preparation of a bid package for inlet dredging at Doctors and Wiggins passes. We are confident that we can complete all of the required tasks to secure a successful bidder and see these projects through construction. Our engineers, modelers, surveyors and biologists are extremely familiar with the County's maintenance dredging permits. We will continue to use our extensive experience, historic and existing data, and ongoing monitoring information as a basis for design and construction. Consultation with the permit agencies is essential to see what changes are feasible including flexibility in channel alignment described in the original Wiggins Pass permit description. Using the natural alignment to the maximum extent practical can reduce dredge volumes and cost significantly. Similar economies are possible with Doctors Pass where strategic alignment of ebb channel dredging and avoiding regions of negligible channel infill can decrease volumes and cost with little effect on long-term performance. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging The original volume estimate of 130,000 cy will be updated to incorporate these suggested optimizations during the preparation of the bid package (construction plans & specifications) after consulting with the permit agencies. Each inlet has special considerations that must be addressed during this year's projects: Wiggins Pass: The Wiggins Pass channel is undergoing equilibration and continuing to adjust after the major 2013 re -alignment. The 2017 maintenance dredging efforts can go a long way toward stabilizing the new equilibrium condition at the inlet. We would aim to remove the sand spit that has formed off of Barefoot Beach to reinforce the new alignment, which will add to the overall project life. We will consult with the permitting agencies to make minor adjustments to the dredge template alignment to take advantage of the naturally forming channel. It is important to acknowledge the presence of rock substrate near the ebb channel and incorporate avoidance of this material into the project design. This year's monitoring report along with Florida Department of Environmental Protection's (FDEP) action on a new inlet management plan may dictate how the dredged material will be distributed for disposal north and south of Wiggins Pass. The inlet management plan is expected to call for a 2/3rd to 1/3rd fill distribution between Barefoot Beach and Delnor Wiggins Park respectively, which will guide our disposal design. It is not likely that sand can be placed on the beach at Delnor Wiggins Park, due to the lack of a cultural resources investigation, but the nearshore disposal area to the south is available. At Barefoot Beach, most of the available material may be placed north of R-14.5 to minimize material returning quickly to the inlet. Doctors Pass: At Doctors Pass, this year's maintenance dredging needs to be integrated with the Naples truck haul project and construction of CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 breakwater and south jetty improvements. Strategic placement of sand from Doctors Pass dredging can result in a reduction of volume needed for the beach nourishment, by an equal amount. For example, the Doctors Pass sand could be placed onshore within the renourishment template in the following ways: fill placement may be minimized or avoided in the footprint of the proposed structures and most, if not all, of the sand could be placed at Lowdermilk Park. Or if the disposal area adjacent to Doctors Pass is used, the sand would be distributed evenly across it, so that inlet infilling is minimized and to allow for better integration with the truck haul renourishment project. All work conducted in preparation of the bid package will be based upon the latest monitoring survey data from February 2017. With dredging scheduled for this winter, CB&I will prepare flexible plans and specifications so that the County can respond to any changed conditions and finalize the dredge and disposal plans with consideration of other related projects (Doctors Pass structures and Naples Beach Renourishment) and permit conditions. Beach sand placement may be limited to outside of sea turtle nesting season, therefore, dredge priority will be set with consideration of whether disposal is onshore or in a nearshore area. As one of our current primary clients, our Collier - dedicated team is already in place and has ample time to address the needs of this contract while balancing their current workload. In anticipation of the maintenance projects occurring in Collier County during 2017, we have created the flexibility within our corporate structure to scale up the Collier - dedicated team as needed. We are committed to continuing to provide the highest quality services to Collier County. Our professionals have a demonstrated history of successfully completing logistically challenging and technically demanding operations to meet the County's timelines. Our projected schedule is displayed in the following timeline based on currently available information. The schedule contains dependent tasks and will be subject to change, as the project progresses. Further details on the projected phases are provided below: Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging May: Contract procurement resulting in an executed agreement for engineering services by June 1. June: Immediately upon receipt of award, CB&I will consult with permitting agencies to explore optimization of Wiggins Pass channel alignment and the status of the Inlet Management Plan adoption. Understanding that the County has already reviewed the preliminary quantity estimates, CB&I will finalize the quantities and disposal areas based on consultation with permitting agencies, consideration of concurrent County projects, updated calculations and any feedback from Coastal Advisory Committee (CAC), Tourist Development Council (TDC), Board of County Commissioners (BOCC) and County staff as necessary. July to Mid -August: With the target quantities and disposal areas approved by the County, CB&I will conduct engineering design work to prepare the inlet dredging and disposal construction templates. CB&I's GIS/CAD professionals will work directly with CB&I engineers to update the inlet dredging plans including plan views and cross-sections of dredge and fill templates, beach access, equipment storage areas, environmental protection areas and other information required for execution of these inlet dredging projects. From our experience with the recent inlet dredging events in Wiggins Pass (2015) and Collier Creek (2016), we will prepare technical specifications that will define expectations, identify risks, resolve discrepancies, and require permit compliance. CB&I has extensive experience in construction contracts for Collier County projects and we will develop plans and specifications for the 2017 Doctors and Wiggins Dredging projects that protect the County and are amenable to permitting agencies, while still being acceptable to the dredge industry. We will also prepare the plans and specifications to minimize construction cost to the greatest extent practicable while ensuring the project is constructed as designed. Once the construction plans and technical specifications are completed, CB&I will provide the FDEP all items necessary to obtain a Notice to Proceed (NTP) and provide the County with a bid package containing: construction plans, technical specifications, project permits, bid form, contractor CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 questionnaire, and engineer's opinion of probable costs. If applicable, CB&I will coordinate with the 2017 hardbottom monitoring surveys to ensure that pre - construction monitoring transects around Wiggins Pass are collected as per the hardbottom biological monitoring plan. Mid -August & September: CB&I will assist the County's purchasing department in the selection of a contractor for the 2017 inlet dredging projects. If required, CB&I will attend a pre-bid conference and we will assist the County in answering technical questions as needed during the bidding process. We will assist the County in reviewing the bids and in the evaluation of a low bidder, taking into consideration the capability of the contractor in constructing the project. October: CB&I will conduct pre -construction activities such as attending the pre -construction meeting, finalizing the FDEP NTP, notifying the U.S. Army Corps of Engineers (USACE) of project commencement and coordinating with the selected Contractor as required. If desired, CB&I can perform engineering design calculations to update dredge quantities and disposal areas based on a pre -construction survey conducted by the Contractor. November to February: Based on production rates of the 2009 maintenance dredging project, where Doctors Pass and Wiggins Pass were dredged in a joint project, we expect dredge and fill operations to be completed within 3.5 months. The construction schedule may be advanced with careful planning and will be dependent upon contractor capabilities. During construction, CB&I will provide technical personnel for part-time observations and reporting who are trained and experienced in compliance of inlet dredging projects. In the past, CB&I has provided periodic, in-person construction observation services sufficient for engineer of record certification of the project and to facilitate the work of County observers. We provide continuous construction administration support to the County for agency and contractor coordination and review of Contractor submittals. During site visits, we will observe the project construction Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging process to determine if the contractor is in substantial compliance with both contract documents and project permits. We also assist with compliance of the water quality monitoring and sediment quality assurance/quality control (QA/QC) plans required by the State of Florida. CB&I staff will attend periodic progress meetings with the County, contractor and regulatory agencies as appropriate during construction. February, March & April: Conduct services to support final pay requests and complete engineering certification of the project. Following the post -construction survey, CB&I will prepare the permit required post -construction engineering certification letter. -• •I X IS •0 As an example of a work product, CB&I has provided a copy of our Post -Construction Report for the 2016 Collier Creek Interim Dredge Project. The report will be delivered electronically via the procurement website along with this submittal. If you have any issues accessing this digital file, please contact Tara Brenner at tar"a.brennf ar�! or 561.361.3169. R;M We commit to meeting the County's needs and have already prepared a preliminary schedule demonstrating the anticipated work flow. The proposed project schedule is shown below and is subject to discussion with the County. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-712B Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging 2017 Doctors and Wigg ins Pass DredgingProject Schedule CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 6 Tab III — Experience and Capacity of the FIS CB&I Environmental & Infrastructure, Inc. (CB&I) is one of the most experienced coastal consulting engineering firms in the nation. For over 30 years, we have performed all aspects of coastal zone management, including: dredge design, fill placement, modeling studies, permitting, stakeholder meetings, coastal design, and construction management; more than any other engineering firm in the country. Our project experience includes over 75 major beach nourishment and inlet maintenance projects along the Gulf and Atlantic Coasts of the United States, including projects in Collier County. Our coastal services offices based in Boca Raton and St. Petersburg, Florida are comprised of a team of coastal engineers, hydrographic surveyors, coastal modelers, marine/coastal geologists, marine biologists, and CAD/GIS specialists. Our diverse professional coastal staff provides all of the services Collier County will need under this contract. All of the scope items match our capabilities, and are services we have provided to Collier and neighboring southwest Florida clients. We have documented our capacity, skill and ability throughout our working relationship with the County and by adhering to all the previous deadlines for product deliverables mandated by regulatory agencies and by the County. CB&I Experience in Collier County CB&I is proud of its history of working with Collier County for over twenty years. Since the mid -1990's we have provided the following services to Collier County: coastal program planning and project administration, inlet maintenance dredging assistance, coastal engineering design, coastal numerical modeling, geotechnical investigations to locate high quality sand sources, NEPA compliance, State, Federal and County permitting, construction administration, and physical and biological monitoring. We have worked closely with County Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging staff on all facets of your coastal projects, including obtaining State and Federal 15 -year beach nourishment permits, constructing the 2016 and 2013-14 Truck Haul Beach Renourishment Projects, 2006 Beach Renourishment Project and associated mitigative artificial reef project, multiple inlet maintenance projects, and extensive offshore sand resource mapping. Recently, we prepared plans and specifications, obtained permit modifications, and supported the County through construction of the 2016 Collier Creek Interim Dredging, South Marco Tropical Storm Debby Repair project, and the 2016 North County Beach Renourishment projects at Vanderbilt Beach and Park Shore. These projects demonstrate CB&I's capabilities in managing complex projects, collaborating with County staff, stakeholders and agencies, and seeing large projects to successful completion. Coastal Engineering Our firm has engineered a variety of solutions for managing coastal systems and optimizing the project life of dredge projects. In locations such as Doctors Pass and Wiggins Pass where an interlocking relationship between the inlets and the adjacent beaches is known to exist, a comprehensive plan that considers the impacts of each project piece is required to balance the successful management of the shoreline while maintaining safe navigation and reducing dredging needs in the passes. Inlet Dredging Project Experience CB&I regularly designs and implements inlet maintenance dredging projects. Last year, CB&I obtained a permit modification for offshore disposal, developed the complete bid package, supported bidding, and performed tasks as the Engineer of Record to certify the Collier Creek dredging project (2016). Prior to that in 2015, the same team supported the County to perform interim dredging of Wiggins Pass with in -water disposal of dredged material within the ebb and CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 flood tidal shoals. We have played integral roles in obtaining both of the dredging permits for these inlets, and are familiar with the terms and conditions. Most recently, we have coordinated with the agencies for a permit extension of the Wiggins Pass Maintenance Dredging project and this working relationship with the agencies will be useful in coordination of the upcoming projects. One of the major benefits of CB&I's staff is that we have recently conducted construction services for inlet dredging projects for Collier County. This experience has provided us with insight into what is necessary to perform efficient, during construction services that are sufficient to provide certification of the project as the Engineer of Record. This can be accomplished with part-time construction inspections and continuous office support. Throughout construction, our staff is available to the County for review of Contractor submittals, permit compliance tasks, and agency coordination. CB&I identifies performing engineering services for these inlet dredging projects as low risk due to the majority of the work being performed pre- and post - construction by our professional office staff that has both the time and expertise to complete this work successfully. This project will only require a portion of our team members, and through attentive project management, CB&I can allocate additional staff or technical resources, as needed, to ensure timely project completion. Any project that involves dredging and construction contains some risk. Weather delays, Contractor equipment malfunction, and crew errors are causes of risk during construction. Our professional staff regularly works with the dredging industry and will prepare construction plans and technical specifications that appropriately characterize the work areas to minimize the County's risk exposure. Financial Strength CB&I is prepared to submit a financial statement for last fiscal year upon request of the County. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging CB&I Revenue 2012 2013 2014 2015 2016 t, Our ultimate domestic parent company, Chicago Bridge & Iron Company, and its subsidiaries report financial information on a consolidated basis. Chicago Bridge & Iron Company's Revenue and Backlog over the last five years show that Chicago Bridge & Iron is a financially stable company with access to sources of working capital to finance the execution of this scope of services. Our primary source of liquidity is cash flow generated from operations. Capacity under revolving credit facilities is also available, if necessary, to fund operating or investing activities. 2012 2013 2014 2015 2016 CB&I Bocklog CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 8 Collier County Board of County Commissioners References Manatee CountyCoastalProgram Manatee County, Florida Program Description: Since 1989, CB&I has been the coastal engineering consultant to Manatee County. We have produced and maintained a comprehensive beach management plan for the County and have continually provided engineering services for the County's coastal program, including: project design, geotechnical investigations, environmental studies, hardbottom monitoring, state and federal permitting, surveying services, and construction administration required to build the County's coastal projects. Our history with Manatee County is an example of our dedication to providing a wealth of technical and program management services that benefit our clients. Federal Coordination and Funding To meet client concerns regarding funding, CB&I adapted the 2002 nourishment project to include a 0.6 -mile coastal segment in the City of Anna Maria, which was not in the original project. Expediting the project, and reducing engineering and construction costs, the non-federal sponsor, Manatee County proceeded under the authority of Section 206 of the Water Resources Development Act (WRDA) of 1992, Public Law 102-580. Section 206 allowed Manatee County to engineer and construct the project, control the design and schedule and reduce engineering and construction costs. Section 206 of the WRDA was authored by Rick Spadoni of CB&I. CB&I was able to assist the County in proceeding under Section 206 to construct the beach nourishment project. Manatee Public Beach (2016). Recently, we have conducted geotechnical investigations and assisted the federal government with nourishment of the Central Beach Nourishment Project. CB&I prepared the permit application and project plans for the Corps. In support of the project, CB&I also conducted the corresponding investigations and design analyses. Construction of the project was completed in 2014. CB&1 provided the County with construction oversight, 24 hours / 7 days a week throughout the project and assisted with the post - construction monitoring permit requirements. Doctors and Wiggins Pass Dredging Client Manatee County Prime CB&I Environmental & Infrastructure, Inc. Client Contact Contact: Charlie Hunsicker Director Address: Manatee County Government 550233 d Ave. Dr. West Bradenton, FL 34209 Telephone: 941-742-5923 ext. 6001 Project Dates Start: 1988 End: Ongoing Services Provided Beach Nourishment and Structures Design Geotechnical and Geophysical Investigations Borrow Area Design Inlet Management Studies Feasibility Studies Numerical Modeling Plans and Specifications Construction Administration Biological Monitoring and Mitigation Planning Artificial Reef Design and Monitoring Hardbottom Monitoring Geographical Information System (GIS) Surveying & Mapping Physical Monitoring Agency Coordination State and Federal Permitting Permit Compliance In -Kind Services for Federally Authorized Project Funding Assistance CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 9 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Emergency Response In 2004, Hurricanes Charley and Ivan caused direct impacts to Anna Maria Island. The US Army Corps of Engineers was allocated emergency funds throughout the State of Florida for beach fill to replace sand lost during the severe 2004 hurricane season. CB&I prepared the project plans and specifications for the placement of approximately 415,000 cy of fill material to reconstruct the 2002 Anna Maria Island design template. CB&I engineers and scientists re -investigated the ebb shoal borrow site, designed the borrow area to enhance the sediment quality and minimize the heavy shell fraction found in sections of the borrow site, negotiated the necessary permit modification from FDEP, and provided construction observation. CB&I also assisted the County in securing approval of eligibility for FEMA assistance for the City of Anna Maria Island segment, a non -federally authorized section of the project. The northern section of the Island was renourished in 2005. In April 2011, nourishment within the City of Anna Maria and Coquina Beach was constructed by Manatee County. The project included the placement of approximately 230,000 cubic yards of sand in the City of Anna Maria and the Coquina Beach segments, respectively. The sand was obtained from an offshore borrow area. CB&I helped the City obtain FEMA funding by documenting impacts from hurricane activity in 2004 and 2005. In order to incorporate the Coquina Beach area in the County's beach maintenance program, CB&I worked to "piggy -back" the Coquina Beach project onto the FEMA funded City of Anna Maria Beach Renourishment Project, saving Manatee County significant costs in dredge mobilization/ demobilization to nourish Coquina Beach. Coquina Beach was renourished in March 2014 to replace losses due to Tropical Storm Debby and fill the template to full capacity. We again assisted the County in coordinating the timing of the renourishment to coincide with the 2014 Federal project, which resulted in substantial cost savings for the County. CB&I provided geotechnical services to identify the sand source, the engineering design, funding acquisition, permitting services, technical consultation and construction administration services to help restore this portion of the island's receding coastline, while reducing the project cost. CB&I is currently preparing a storm loss analysis in order for the County to obtain FEMA funding associated with the storm damages from Hurricane Hermine. Coastal Structure Removal & Replacement CB&I is assisting the County with the Cortez Groins Removal and Replacement project, which includes the demolition of three dilapidated pier -type structures and replacement with new permeable adjustable groins in order maintain the stabilization of the shoreline. CB&I conducted a site -observation of the existing groins to document the existing conditions and developed the Feasibility Study to evaluate the effects on Cortez Beach and the surrounding beaches due to modifications to the groins, considering various levels of removal, replacement and permeability of the structures. The Feasibility Study included development of an alternatives and numerical modeling analyses. CB&I also assisted with the permitting and the construction administration for the structures. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 10 BeachDelray Program Delray Project Description: Since 1973, the City of Delray Beach has made major strides in restoring their eroded beach. Once at risk to being overtaken by the ocean, highway AIA and its neighboring properties have been protected by the wide beach. The beach of Delray Beach is known through the U.S. as a wonderful beach destination and an important economic asset to the City and State. To date, the City of Delray Beach (the City) has participated in eight beach nourishment projects. Approximately 7.9 million cubic yards of sand from offshore borrow areas have been placed as a result of the City's beach preservation efforts. Since the initial nourishment of 1973, the City has maintained the beach through planned, periodic beach renourishment on five occasions, including 1978, 1984, 1992, 2002 and 2013. Storm damage repair projects were constructed in 2005 and 2014 by the U.S. Army Corps of Engineers (USACE) in response to losses from the active 2004 hurricane season and 2012's Hurricane Sandy. Since the initial restoration in 1973, the project area retains approximately 5.1 million cubic yards of beach compatible material, which is 64% of the total volume placed, The retention of material within the project area has continually improved, without significantly changing renourishment volumes of individual projects. The Fifth Periodic Beach Renourishment Project was constructed in March and April 2013 and included the placement of approximately 1,158,500 cubic yards of sediment along the 1.9 -mile project area in Delray Beach. The project reestablished the federally authorized project, based on the most recent federal design document, the 2001 Limited Reevaluation Report. The project also replaced losses caused by Hurricane Sandy in October 2012. CB&I engineers provided all of the engineering services required for each project since 1978, including project design, geotechnical investigations, environmental studies, State and Federal permitting, surveying services and construction oversight required to build each project. The beach at Delray Beach won the "Best Restored Beach" award in 2002, and the American Shore and Beach Protection Association's "Best Beach" award in 2005 and 2013. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Client City of Delray Beach Prime CB&I Environmental & Infrastructure, Inc. Client Contact Contact: Bob Diaz Construction Manager, City of Delray Address: 434 S. Swinton Ave. Delray Beach, Florida 33444 Telephone: 561-243-7343 Project Dates Start: 1978 End: Ongoing Services Provided Beach Nourishment Design Geotechnical and Geophysical Investigations Borrow Area Design Construction Administration Biological Mitigation & Monitoring Planning Hardbottom Monitoring Geographical Information System (GIS) Surveying & Mapping Physical Monitoring Agency Coordination State and Federal Permitting Permit Compliance In -Kind Services for Federally Authorized Project Storm Damage Assessment Delray Beach after the 2013 truck Haul dune repair project (2013). CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 11 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Emergency Dune Repair After the passage of Hurricane Sandy off the coast of Florida, the northern end of Delray Beach in Palm Beach County was riddled with dune scarping. This northern area had historically been stable and was therefore not included in the upcoming 2013 Fifth Periodic Beach Renourishment. To quickly address this need, the City of Delray Beach worked with CB&I to obtain an FDEP field permit for a truck haul sand placement project. CB&I also investigated a permit modification that would allow dredged sand to be stock piled during the upcoming periodic beach nourishment and then transported up the beach to the northern end. CB&I surveyors conducted pre- and post -construction beach surveys of the impacted area. CB&I engineers coordinated with agencies, designed and calculated volumes of the dune fill templates and produced a set of construction plan drawings on an expedited schedule. The truck haul project was constructed over three days in February of 2013. Approximately 2,500 cy of sand were hauled from E.R. Jahna's Ortona sand mine and delivered to the northernmost public access at Delray Beach. Eastman Aggregates, Inc. placed the sand on the Delray Beach before and after construction (2013). dry beach and graded it into sloping dunes along 970 linear feet of beach between R-176 and R-177. During construction, CB&I engineers provided continuous construction oversight. The on-site observer constantly monitored sediment quality and verified that fill placement met the design template. CB&I collected weight tickets and tracked delivered quantities for payment. During demobilization, CB&I engineers were able to ensure that the contractor returned the access and staging area to its original condition. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 12 Panama City Beach Erosion Control and Storm DamageReduction Project Panama City Beach, Florida Project Description: CB&I was responsible for reformulation of the 17 -mile $30M Federal beach nourishment project that was constructed in 1998/99. Since the initial nourishment, we have continued to provide services that protect the shoreline of Panama City Beach, including recently obtaining 15 -year multi -use permits from the Florida Department of Environmental Protection (FDEP) and US Army Corps of Engineers (USACE) for the beach nourishment program. The 2017 Interim Beach Renourishment Project is currently being constructed, with CB&I providing construction oversight. We also continue to prepare permit -required annual monitoring reports. Our firm has provided the following services to Bay County: preparation of permit applications; assistance with State and Federal funding applications; development of environmental documents for agency coordination; preparation of the supplement to the General Design Memorandum (GDM) to modify the design; modification of upland drainage features and storm water outfalls; preparation of plans and specifications; processing of the Erosion Control Line and assistance with upland easements; offshore geotechnical investigations including vibracores; construction inspection and beach and hydrographic surveys; environmental and physical pre- mid- and post- construction monitoring; and public outreach. The project exceeded expectations and did not require renourishment at the anticipated 5 -year design interval in 2004. In 2005-06, we worked with the USACE Mobile District and the local sponsor to fast-track the emergency restoration of the beach following impact of Hurricane Ivan. Our professionals quantified storm losses that qualified for FEMA and USACE emergency funding. Our surveyors conducted offshore sand investigations and bathymetric surveys and located additional local borrow area sites to save construction time and reduce local costs. We worked together with the USACE and the TDC to expedite design and permitting. We continued to assist during construction, which began in April 2005 under the direction of the USACE. A total of 3.3 million cubic yards of sand were placed along 17 miles of Panama City Beach. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Client Bay County Tourist Development Council (TDC) Prime CB&I Environmental & Infrastructure, Inc. Client Contact Contact: Lisa Armbruster Bay County Tourist Development Council (TDC) Address: 17001 Panama City Beach Parkway Panama City Beach, Florida 32413 Telephone: 850-510-8004 Project Dates Start: 1988 End: Ongoing Services Provided Beach Nourishment Design Geotechnical and Geophysical Investigations Borrow Area Design Plans and Specifications Construction Administration Physical Monitoring Surveying & Mapping Agency Coordination State and Federal Permitting Permit Compliance Panama Citv Beach Interim Beach Renourishment CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-712 13 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging A portion of the 2005-06 project included a truck haul project in Carillon Beach and Pinnacle Port Reach. We assisted the USACE in assessing the 2005 hurricane impacts to the project area, which allowed for the planning of a 2011 project addressing the 2005 storm losses (constructed Fall 2011). We most recently assisted the client with obtaining a 15 -year permit, which includes options for truck haul and dredging offshore sand sources. Based on results to date, a hot spot nourishment project for the winter/spring of 2017 has been approved by the TDC to address four narrow areas and bring them back in line with the rest of the project. We are assisting them with preparation of an interim truck haul project to address hotspots. During Construction of the 2017 Panama City Beach Renourishment Project CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 14 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Project List The table below provides a list of CB&I projects relevant to the requested scope provided by Collier County. Experience with Collier County dredging projects is listed first, followed by relevant inlet dredging and dredge and fill beach projects in chronological order (starting with most recent). *Although we have made a good faith effort to populate all requested data, many of our clients' projects include multiple contracts and phases spanning over 20 years, some of which is not available in our records. Y Y Y Y M. Y° Y Y • r Y` 2016 Collier Creek Interim Dredge Project Design • Permit Modification 2015 2016 $68,846 $68,812 0 • Construction Plans & Specifications • Bidding Assistance • Construction Management 2011, 2013, and 2015 Wiggins Pass Maintenance Dredging and Navigation Improvement Projects • Permitting • Coastal Zone Planning, Study, & Design 2010 2015 $125,778 $115,657 1 • Construction Management • Environmental Planning, Study & Design • Surveying and Mapping • Geographical Information System (GIS) Collier Creek Feasibility Study • Stakeholder Meetings • Historic Data Analysis 2014 2015 $59,807 $59,714 0 • Bathymetric & Topographic Survey • Volume Calculations • Preliminary Plan Formulation Collier County 2006 Beach Renourishment Project • Permitting • Coastal Zone Planning, Study and Design • Environmental Planning and Monitoring 2002 2006 * $22M 1 • Surveying and Mapping • Construction Management • Geographical Information System (GIS) 2009 Wiggins and Doctors Passes Maintenance Dredging Projects • Permitting • Construction Management 2008 2009 • Environmental Planning, Study & Design • Surveying and Mapping 2009 Wiggins Pass Numerical Modeling Study • MUD Numerical Modeling 2008 2009 $99,874 $99,633 0 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 15 Collier County Board of County Commissioners Doctors and Wiggins Pass CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 16 Captiva and Sanibel Islands Beach 11 Renourishment Projects • Permitting $15.83 • Coastal Zone Planning, Study and Design * (2005/6 project) 1 • Environmental Planning and Monitoring19.53 1988 ongoing $ $19.43 • Geographical Information System (GIS) (2013 (2013 project) 1 • Modeling and Simulation project) • Surveying and Mapping Manatee County Coastal Management Program • Feasibility Studies • Permitting • Borrow Area Assessment 1989 ongoing * $5.3M 0 • Numerical Modeling (2014 project) • Cost Estimating • Alternatives Analysis • Construction Management Delray Beach Renourishment Project • Permitting • Coastal Zone Planning, Study and Design • Environmental Planning and Monitoring • Geographical Information System (GIS) 1978 ongoing * $8.4M 0 • Modeling and Simulation (2013 project) • Long Term 30 Year Planning • Alternatives Analysis • Surveying and Mapping Lido Key Beach Nourishment Project • Permitting • Coastal Zone Planning, Study and Design • Environmental Planning and Monitoring 1998 ongoing * $5M 0 • Geographical Information System (GIS) • Modeling and Simulation • Surveying and Mapping Panama City Beach Nourishment Project MUD Numerical Modeling Permitting • Borrow Area Design • Coastal Zone Planning, Study and Design 2004 ongoing $1.13 $1.13 1 • Surveying and Mapping • Construction Management • Geographical Information System (GIS) CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 16 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 17 Collier County Board of County Commissioners Tab IV — Specialized Expertise Team Members .,� CB&I team members have extensive project experience working together to successfully complete projects for our clients. The engineers, scientists, and professional staff at CB&I collaborate across disciplines on all projects. We are one of your current coastal consultants, therefore our management team is already in place and have anticipated this project within workload projections. We are dedicated to continuing to provide the highest quality services to Collier County. Our professionals have a demonstrated history of successfully completing logistically challenging and technically demanding operations, and have established a history of working together to provide clients throughout Florida with successful and cost-effective coastal programs. Our team of coastal engineers, biologists, geologists and surveyors has worked together to successfully permit, design, construct and monitor numerous coastal projects for Collier County. Our experienced team dedicated to supporting Collier County for your 2017 Doctors Pass and Wiggins Pass Dredging Project continues to include: Thomas Pierro, PE, D.CE, is the Director of Coastal Restoration and will be the principal engineer for your program. He has designed, permitted, and supervised construction of numerous inlet dredging projects in Florida, including Collier County. Mr. Pierro is the coastal engineering lead on all of our Florida beach projects. He directs complex analysis of beach/inlet processes to design programs that control high erosion near coastal inlets and passes. Stephen Keehn, PE, will serve as program advisor, working closely with Tara Brenner and Thomas Pierro. Mr. Keehn has been involved in all aspects of Collier County's coastal program since 1994. Over the years, he has established an in-depth Doctors and Wiggins Pass Dredging understanding of the County's coastal program and has maintained an excellent long-term working relationship with County staff, helping to make Collier County's coastal program one of the best in the State. Tara Brenner, PG, PE, will serve as your project manager/engineer for this contract. Ms. Brenner assisted in the design and construction of the Wiggins Pass interim dredging event (2015) and Collier Creek dredging (2016). She performed work in support of the County's current 15 -year permits, and most recently assisted the County with construction for the South Marco Tropical Storm (TS) Debby Repair project and 2016 beach renourishments. This included a permit modification for use of upland sand and the preparation of technical specifications and construction plans. Y' f; i E, GiG N ,,... .3 z 2 , , ,.. E. J ,,. Lauren Floyd, MS, will continue to serve as the senior marine biologist for the Collier County project. Ms. Floyd has been responsible for all of the environmental permitting and agency coordination for the County's 15 -year permits as well as the 2016 and 2013-14 truck haul projects, Wiggins Pass, Collier Creek Interim Dredging and South Marco TS Debby Repair projects. She has extensive experience with the Federal, State and Collier County permitting. Ms. Floyd also conducted biological monitoring for the 2006 and 2013-14 renourishment projects. Organization Chart CB&I team's organization chart is below. Resumes of key personnel who will perform the services required by the County immediately follow the organization chart. CB&I Environmental & Infrastructure Inc. CCNA Solicitation 17-7128 18 The C8&1 Team's Organization Chart Pi�nCipxtEngrri�tiSerti+ar Prcye� meager Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Thomas Pirrro, RE,,. D.CE '3t--phxn Keehn, R.E. Tara Srrnsser, RA., PE, SpnnserVb°sgan:rar, E.I. Angela Belden Weather Vollmer, GISP Gary Kristyrdak CB&I Environmental CCNA Solicitation 17-7128 �.. ............ - .__... _ _.....W..._... -- 19 •r Master of Science, Ocean Engineering, Florida Atlantic University, Boca Raton, Florida, 2001 Bachelor of Science, Ocean Engineering, Florida Atlantic University, Boca Raton, Florida, 1999 Highlights ® Direct experience working on Collier County projects for over 11 years ® Broad experience in project management, planning, design and permitting, engineering and modeling, plans and specifications, field investigation, construction oversight, and feasibility studies of coastal engineering projects Certifications/Registrations • Professional Engineer, Civil, Florida, License No. 64683, Active • Professional Engineer, Civil, New York, License No. 090464-1, Active • Diplomate, Coastal Engineering (ACOPNE), 2010, ASCE, Active, Nationwide • Scuba Diver-Nitrox, 1999, Active, Nationwide • Scuba Diver -Open Water, 1999, Active, Nationwide Professional Affiliations Member, American Society of Civil Engineers (ASCE) Member, Florida Shore and Beach Preservation Association (FSBPA) Member, American Shore and Beach Preservation Association (ASBPA) Member, Surfrider Foundation Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Thomas P . Pierro, PE, MICE Professional Qualifications Thomas Pierro is a Senior Project Manager and Coastal Engineer with broad experience in project management, planning, design and permitting, engineering and modeling, plans and specifications, field investigation, construction oversight, and feasibility studies of coastal engineering projects. Since 2001, Mr. Pierro has worked on many shore protection, beach nourishment and marine structure projects. In 2011, Mr. Pierro was awarded the Jim Purpura/T.Y. Chiu Award from the FSBPA for outstanding contribution to coastal engineering in the State of Florida. He has worked on Collier County projects for over 11 years. Relevant Project Experience Project Manager,CB&I Environmental & Infrastructure, Inc., Baton Rouge, Louisiana, September 2.001-- present Design Engineer and On -Site Representative, Beach Renourishment Construction Project, Collier County, Florida Mr. Pierro was the Design Engineer and On-site Representative for the construction of Collier County's renourishment project completed in 2006. Work began with preparation of a comprehensive engineering report to identify alternatives, feasibility and scope for the project. As a component of the major beach renourishment project, Mr. Pierro designed and developed plans and specifications for the construction of a 1.09 -acre artificial reef in Naples, Florida. Project Manager and Senior Engineer, Lido Key Beach Nourishment and Storm Protection Project, City of Sarasota, Florida Mr. Pierro served as Project Manager and Senior Engineer for the FEMA supported repair of the Lido Key Beach Nourishment Project. He developed of an extensive 3D numerical model (Delft3D) centered on the project area to evaluate the effects of dredging the New Pass ebb shoal on the surrounding coastal system. The modeling also required the deployment of wave and current gauges to provide field data for model verification, which was achieved with the use of CB&I's in-house Acoustic Doppler Current Profilers (ADCP). The successful modeling analysis resulted in issuance of the State and Federal permits for the project, which was constructed in less than 40 days in March and April 2009. He also performed site observations, permit compliance evaluations and administered all aspects of the construction contract resulting in an on-time and on -budget project completion. The project received a "Best Restored Beach" award from the ASBPA. Project Manager and Senior Engineer, Tropical Storm Debby Repair Project, City of Sarasota, Florida In early 2015, Mr. Pierro directed the Tropical Storm Debby Repair CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 20 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging project, constructed with FEMA funding. He assisted USACE with this Federal Shore Protection project on behalf of the City. He managed the preparation of the permit application, assisted with the review of the USACE Big Sarasota Pass modeling study, participated in USACE project team meetings and assisted with the NEPA scoping meeting. Project Manager and Modeling Engineer, Palm Beach Comprehensive Erosion Control Project, Palm Beach County, Florida As project manager and modeling engineer, Mr. Pierro designed the project to hold a moderate beach with structures based on results from two numerical models: the BOUSS2D breaking wave model and the DeIft3D morphologic (sand transport) model. The results suggested a recommended plan of sand nourishment, breakwaters and groins to achieve the project objectives. Senior Engineer, Longboat Pass Inlet Management Study, Sarasota and Manatee Counties, Florida Mr. Pierro was senior engineer for development of the Longboat Pass Inlet Management Study. The study was prepared to facilitate and integrate the ongoing management of the Pass and the adjacent Gulf shore beaches. The main objective of the study was to develop a plan for both maintenance of a navigable pass and to identify the most effective method of restoration and preservation of the adjacent beaches on Longboat Key and Anna Maria Island. Developed project alternatives and provided guidance, direction and oversight for development of a comprehensive morphodynamic model using DeIft3D. The study resulted in specific recommendations for comprehensive management of Longboat Pass, including restoration and preservation of the adjacent beaches, and was submitted for review to the Town of Longboat Key, Manatee County and the Florida Department of Environmental Protection. Project Manager and Senior Engineer, Delray Beach Erosion Control Program, Delray Beach, Florida Mr. Pierro was project manager and senior engineer for Delray Beach's federal storm damage reduction project for the City since 2006. He served as project manager and engineer of record for the Fifth Periodic Beach Renourishment Project constructed in 2013. He managed the project design, permitting and construction on a reimbursable basis with the U.S. Army Corps of Engineers. Tasks included project administration, contractor selection, construction observation, verification of fill volume placement, compliance with project permit requirements and confirmed contractor requests for payment. Project Manager, Comprehensive Coastal Erosion Control Program, Manatee County, Florida Mr. Pierro directed a comprehensive feasibility study for Manatee County in 2007 to evaluate the cost and need for shore protection in areas outside the Federal (USACE) project area. Based on the recommendations of the report, the County has constructed the Coquina Beach Nourishment Project, and a 5 -acre artificial reef in 2011, designed and permitted by Mr. Pierro. He designed and managed the installation of geotextile tubes to sand tighten the Longboat Pass Jetty to improve the performance of the beach nourishment project and recently completed a comprehensive modeling study of Longboat Pass resulting in an updated inlet management plan. He is now working with the County to repair an existing groin field to remove three derelict groins along Cortez Beach and replace with Permeable Adjustable Groins, which was designed with use of the DeIft3D numerical model. Mr. Pierro assisted the U.S. Corps of Engineers in design and permitting of the Manatee County Shore Protection Project constructed in 2014 and continues to play a key role in the management of the County's island -wide shore protection program. Project Manager, Upham Beach Groin Stabilization Structures, Pinellas County, Florida Mr. Pierro worked with the County to evaluate options to install permanent groin stabilization structures to reduce erosion at Upham Beach. Project includes development of engineering alternatives, advanced wave breaking modeling and permitting assistance. Additional efforts include project bidding and construction observations. Representative, Federal 2005-06 Captiva and Sanibel Islands Renourishment Project, Lee County, Florida Mr. Pierro worked with the U.S. Army Corps of Engineers as representative of the local sponsor during CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 21 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging construction of the Federal 2005-06 Captiva and Sanibel Islands Renourishment Project. He also acted as on- site engineer and consultant for construction of beach and rehabilitation of the terminal groin at Redfish Pass, a local component of the Federal project. Project Engineer, Beach Renourishment and Restoration Project, Panama City Beach, Florida Mr. Pierro was project engineer for the renourishment of a 17.5 -mile beach restoration project, implemented as storm response by the U.S. Army Corps of Engineers in 2005 — 2006. He studied the results of annual monitoring to prepare a preliminary engineering report evaluating hotspots that lead to alternatives for renourishment. Project Engineer, Multiple Coastal Projects, City of Boca Raton, Florida Mr. Pierro was project engineer on the three main coastal projects for the City of Boca Raton (North, Central and South Boca Raton). He provided construction oversight for beach nourishment and structural projects, in addition to design and permitting for the Boca Inlet Jetty Repair and North Boca Raton Beach Renourishment constructed in 2009. He also prepared annual budget estimates for the City's coastal program and developed State required Long Range Budget Plans and quarterly reports for State cost sharing. He designed a reconstruction of the Boca Raton Inlet North Jetty, which was a FEMA supported project. He secured permits in 6 months, and the project was constructed in 2008 on time and under budget. Senior Engineer, Boca Raton Comprehensive Erosion Control Program, City of Boca Raton, Boca Raton, Florida Mr. Pierro was senior engineer on the three main coastal projects for the City of Boca Raton (North, Central and South Boca Raton) from 2004 through to 2009. He provided construction oversight during the recent beach projects, in addition to associated structural work on the Boca Inlet Weir Relocation and Central Boca Raton Groin constructed in 2004. He provided performance evaluations for the City's beach nourishment program through evaluation of annual monitoring surveys and development of engineering reports. Prepared annual budget estimates for the City's coastal program and develops Long Range Budget Plans for State cost sharing. He also supported the development of the Federal Design Document (LRR), which is a requirement for Federal funding on the North Boca project. Project Engineer, Midtown Beach Renourishment, Phipps Beach Restoration, and Reach 8 Beach Restoration Projects, Town of Palm Beach, Florida Mr. Pierro was project engineer for coastal projects for the Town of Palm Beach including monitoring of the Midtown Beach Renourishment, Phipps Beach Restoration, and Reach 8 Beach Restoration Projects. Mr. Pierro and his team designed a 0.8 -acre limestone boulder artificial reef as a component of the Phipps project, developed plans and specifications, and managed the construction in 2007. This project was completed on time and within budget. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 22 ormoinnommimmmmmiim Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Stephen Keehn, PE Program i r Education ® Master of Science, Coastal & Professional Qualifications Hydraulic Engineering, University of California, Stephen Keehn, PE, is a Program Advisor and Senior Coastal Engineer Berkeley, California, 1982 and received a Master in Coastal Engineering from U.C. Berkeley in ® Bachelor of Science, 1982. He then served with the U.S. Army Corps of Engineers, Engineering, United States Jacksonville District in planning, engineering, and construction Military Academy, West assignments on beach and navigation projects. He continued this type Point, New York, 1972 of work with CB&I, where his major programs include those for Collier County, Captiva Island, Panama City Beaches in Florida and Fire Island, Highlights New York. ® More than 43 years of experience in coastal He has served as a Project Manager and Senior Coastal Engineer with engineering CB&I since 1992, on numerous beach and inlet projects including four Experience in planning, ASBPA Top Restored Beaches. He has worked on over a dozen inlet engineering, and management plans in Florida, in addition to planning, designing and construction assignments on permitting of numerous inlet structures and dredging projects. He beach and navigation planned and coordinated a beneficial use of dredged sand project for projects Panama City Beach using sand from the Panama City Harbor dredging Certifications/ Registrations project. He won the Per Brunn Distinguished Service Award by the . Professional Engineer, Civil, Florida Shore and Beach Preservation Association in 1999. He was Florida, License No. 34857, recently honored by the Bay County Tourist Development Council of Active Panama City Beach, which declared August 12, 2014 "Stephen Keehn . Professional Engineer, Civil, Day" for his instrumental role in their beach nourishment program. New Jersey, License No. 38747, Active Relevant Project Experience . Professional Engineer, Civil, Senior Project Manager and Senior Coastal Engineer, CB&I California, License No. C- Environmental & Infrastructure, Baca Raton, Florida, 1992 48357 Present Scuba Diver, 1991, Active, Nationwide, 01/2012 Senior Project Manager, Beach Renourishment Project, Collier County, Florida Training Mr. Keehn was Senior Project Manager for Collier County's coastal • Member, American Society program. He managed renourishment project completed in 2006. Work of Civil Engineers (ASCE) included preparation of a comprehensive engineering report to identify • Member, Association of alternatives, natural resources and scope for the project. Tasks included Coastal Engineers field inspections, survey data analysis, volumetric and shoreline change Member, American Shore • and Beach Association calculations, sand search, as well as preparation and presentation of • Member, Society of annual monitoring reports. Analysis also included inspection and American Military Engineers evaluation of the existing outfall and groin structures along the project area as well as trends related to the sediment budget and inlet effects. The design incorporated techniques to avoid nearshore habitat impacts. Designed and developed plans and specifications for the construction of a 1.09 -acre artificial reef in Naples, Florida. Integrated FEMA storm losses into project design. Duties also included project management for physical and biological monitoring surveys within the County. Senior Project Manager 2010, 2011, and 2012 emergency truck haul projects. Senior Project Manager CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 23 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging for the design and permitting for the 2013 — 2014 Truck Haul Beach Renourishment Project. Responsibilities included weekly meetings between contractor and County, construction management and oversight, payment verifications. Additional efforts included project bidding and development of specifications. Work leading up to the task includes management of conceptual design study and planning and coordination for the 2013 — 2014 project. Project Manager, Doctors and Wiggins Pass 2009 Maintenance Dredging, Collier County, Florida As project manager, Mr. Keehn was responsible for the project management, design, and construction management of the Doctors and Wiggins Pass project. Tasks included contractor selection, construction observations, verification of fill volume placement, and compliance with project permit conditions. Project Manager, Wiggins Pass, Florida Inlet Management Plan and Navigation Improvement Project, Collier County, Florida Mr. Keehn was project manager for improvements to a sand bypassing plan and navigation channel design to increase the maintenance dredging interval and reduce adjacent shoreline impacts within the County and Parks planning objectives. Managed modeling, design, permitting, field investigations (biological and geotechnical), construction, and permit activities. Project Manager, Captiva and Sanibel Islands Renourishment Project, Lee County, Florida Mr. Keehn was project manager for the 2005 — 2006 Captiva and Sanibel Islands Renourishment Project. He designed the project, managed onsite engineer, and assisted the U.S. Army Corps of Engineers in implementing the 2008 emergency project. He managed design and construction of the terminal groin rehabilitation at Redfish Pass. Additionally, Mr. Keehn researched and reviewed monitoring performance of the Captiva and Sanibel Islands beaches in support of the Joint Coastal Permit from the Florida Department of Environmental Protection. He performed similar tasks for the 2013 project that repair damages from Tropical Storm Debby, including construction management oversight. Project Manager and Engineer, Panama City Beaches Nourishment and Renourishment Projects, Bay County, Florida Project Manager and Engineer for the 1998 —1999, 2003, and 2005 — 2006 beneficial sand project. In this capacity, Mr. Keehn provided project management, storm loss analysis, sand search and borrow area development, engineering design, managed numerical modeling simulations, permitting assistance, for the 17.5 -mile beach restoration project. He was responsible for assisting with FEMA and U.S. Army Corps of Engineers funding approval for the 2005 — 2006 and 2011 beach renourishment projects. He provided expertise in negotiations with State and U.S. Army Corps of Engineers representatives evaluated sand quality for placement within project area and provided quality assurance oversight to client sand quality standard during USACE construction of project. Engineering, design and permitting for the 15 -year FDEP permit, approved in 2013. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 24 ommilmoommomm Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging CB&I Environmental & Infrastructure Inc. CCNA Solicitation 17-7128 25 Project Manager & Coastal Engineer Education ® Master of Science, Civil Professjj Qualifications Engineering, Florida Atlantic University, Boca Raton, Tara Brenner joined CB&I in 2007. Recently, Ms. Brenner has been Florida 2012 assisting with engineering services including permitting, construction ® Bachelor of Science, observations, engineering analysis, development of construction plans Environmental Geosciences, and specifications, and post -construction monitoring calculations and University of Notre Dame, report preparation. Ms. Brenner has extensive experience with the Notre Dame, Indiana, 2007 incorporation of remote sensing and GIS tools into the geotechnical and Highlights environmental aspects of projects. ® More than 9 years of coastal Ms. Brenner has assisted with vibracore collection, hydrographic engineering experience surveying, seismic data interpretation, and environmental monitoring ® Experience working on for CB&I projects. Ms. Brenner has been responsible for data analysis, Collier County projects since incorporating geotechnical requirements for state and federal 2007 permitting, and supporting borrow area design and project Certifications/Registrations construction for a number of projects. • Professional Engineer, Relevant Project E rienc Florida License No. • Professional Geologist, Project Manager and Coastal Engineer, Various Beach Projects, Collier Florida, License No. PG2828 County, Florida ® BOEM Certified Protected Ms. Brenner has recently supported the County during the Wiggins Pass Species Observer Interim dredging and Collier Creek dredging events as well as • NMFS Approved Endangered coordinating with agencies to secure the County's 15 -year permits. For Species Observer the 2013 — 2014 and 2016 truck haul renourishments, Ms. Brenner • PADI Open Water Diver, compiled upland sand data and assisted in the successful permitting of 2008 multiple upland sediment sources. For all projects she has assisted with • PADI Enriched Air Nitrox design, construction plans, technical specification preparation, bidding, Diver, 2009 and during construction services. ® Divers Alert Network (DAN) Member, 2010 During construction, she performs engineering calculations generating refined design templates to meet design needs and the County's Training desired fill distributions. She continually monitors construction progress • American Red Cross and sediment quality. She has calculated post -placement volumes and Instructor verified compliance with permit conditions. She attended and reported • CPR/AED for the on engineering progress at all project meetings during construction. Professional Rescuer • First Aid for the Professional Ms. Brenner has been working on various tasks to support Collier Rescuer County since 2007. She supported design and post -construction • Emergency 02 reporting for Wiggins Pass Maintenance Dredging and Navigation Administration Improvement Project in 2013. She assisted with LiDAR analysis for the . Blood Borne Pathogens City of Naples to identify outfall locations and potential offshore Trained hardbottom impacts. She also performed geotechnical analysis for sand searches in Collier County from 2007 — 2009. Project Manager, Panama City Beaches 2017 Beach Renourishment, Bay County, Florida Ms. Brenner assisted with hot -spot identification and development of project scope. Then conducted coastal engineering design in CB&I Environmental & Infrastructure Inc. CCNA Solicitation 17-7128 25 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging development of the construction plans and technical specifications. Ms. Brenner led pre-bid, pre - construction and all during construction progress meetings. This dredge and fill project is currently under construction with expected completion May 2017. Project Manager, 10th Street Boat Basin Dredging, City of Sarasota, Florida City of Sarasota's 10th Street Boat Basin dredging project has been awarded to Energy Resources Inc. and construction began in April 2017. The project will remove, dewater, and dispose of approximately 16,500 CY from the clogged boat basin to improve boat access to a popular City boat ramp. Coastal Engineer, FCCE Shore Protection Project, City of Delray Beach, Florida For the 2014 FCCE Shore Protection Project, Ms. Brenner coordinated with the USACE on the design and planning phases and ensured that City -specific specifications were incorporated into construction specifications. Ms. Brenner served as the City's representative throughout construction and conducted daily observations, sediment QA/QC, and participated in weekly meetings. On behalf of the City, Ms. Brenner ensures that permit conditions are met during and post -construction. Ms. Brenner performs engineering monitoring calculations computing MHW and volumetric changes and evaluating long-term project performance. Ms. Brenner also assisted in the preparation of Post -Construction Monitoring Reports and Sediment Testing Results Reports. Coastal Engineer, 2013 North End Dune Reconstruction, City of Delray Beach, Florida Delray Beach's 2013 North End Dune Reconstruction was constructed by truck haul. Ms. Brenner was on-site during construction, collecting truck tickets and verifying fill placement met the engineered design. During Delray's 2013 Beach Renourishment, Ms. Brenner performed daily observations, sediment QA/QC, documented construction activities, and participated in weekly meetings. Coastal Engineer, 2013, 2014, 2015 and 2016 Annual Monitoring Reports of Panama City Beach's Erosion Control and Storm Damage Reduction Projects, Bay County, Florida Ms. Brenner performed calculations and report writing for the Annual Monitoring Reports of Panama City Beach's Erosion Control and Storm Damage Reduction Projects. Coastal Engineer, Benthic Habitat Mapping Project, Marquesas, Florida Benthic habitat mapping project interpreted from satellite imagery in the Marquesas and Quicksands area offshore of the Florida Keys. CB&I mapped more than 1,300 km2 of benthic habitats for developing management strategies that balance the protection of these habitats with their use. Habitats were mapped using "heads -up" digitizing on a large format SmartBoard by identifying color and texture patterns that were confirmed in the field using GPS -linked drop and dive supported cameras. Deliverables included digital benthic habitat maps, metadata, and ground validation imagery. Coastal Engineer, Florida LiDAR Elevation Change Analysis Project, Florida, Statewide Ms. Brenner assisted in the LiDAR Elevation Change Analysis Project, which quantified coastal volume change using LiDAR data. USACE's Joint Airborne LiDAR Bathymetry Technical Center of Expertise (JALBTCX) hired CB&I to quantify volume change from multiple LiDAR data sets on the Gulf of Mexico and east Florida coastline. She developed large format plots displaying changes for the studied time period as a project deliverable. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 26 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 27 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Douglas W. Mann, PE, QA/QC Manager Education Master of Science, Coastal Professional j,icj5 and Oceanographic Engineering, University of Douglas Mann has worked as a coastal engineer with CB&I since 1987. Florida, Gainesville, Florida, He is experienced in all aspects of coastal engineering including dredge 1987 and fill projects for material disposal and beach nourishment, beach ® Bachelor of Science, Civil and inlet engineering, coastal structure design (including breakwater, Engineering, University of groins, seawalls, jetties, and Permeable Adjustable Groin (PAG) design Delaware, Newark, and construction) as well as marine -related upland structures. He has Delaware, 1985 been involved in the design of boat ramps, marina renovations, and Highlights other boating related projects. Mr. Mann is experienced in Joint Coastal More than 30 years of permitting, Environmental Resource permitting, and Florida experience in coastal Department of Environmental Protection Coastal Construction Control engineering Line permitting. Mr. Mann is also the quality assurance/quality control manager for the project team. Certifications/Registrations Professional Engineer, Civil, Relevant Project Experience Florida, License No. 44046, Lead Quality Control Reviewer, South Palm Beach Island Active Comprehensive Erosion Control Project, Environmental Impact Professional Engineer, Civil, Statement, Florida Delaware, License No. Mr. Mann was the lead quality control reviewer for various NEPA 12949, Active documents. Professional Engineer, Louisiana, License No. Engineer of Record, Seawall Project, Eastpoint II Condominium 31121, Active Association, Florida Professional Engineer, Civil, Mr. Mann is engineer of record for design of a 300 -foot long seawall to Massachusetts, License No. protect habitable upland improvements. 46574, Active Professional Engineer, Engineer of Record, Seawall Project, Seawinds Condominium, Florida Virginia, Active Mr. Mann was the engineer of record for the design of a 900 -foot long ASCE-ACOPNE, Diplomate of seawall to protect $50 million of habitable upland improvements. He Coastal Engineering, ASCE, utilized grouted rock anchor systems. Active, Nationwide Project Manager and Engineer of Record, North End Structural Training Stabilization Project, Town of Longboat Key, Florida Member, American Society Mr. Mann was project manager and engineer of record for two of Civil Engineers (ASCE) permeable adjustable groins, a terminal groin, and a small truck fill to Member, Academy of stabilize the shoreline adjacent to Longboat Pass. Coastal Ocean, Port, and Navigation Engineers Engineer of Record, Design Verification of Delaware Bay Beach (ACOPNE) Restoration, Design Verification Study, Delaware Member, Florida Shore and Mr. Mann was engineer of record for the design verification of six beach Beach Preservation restoration projects along the Delaware Bay shoreline. Association (FSBPA) Member, American Shore Project Manager and Engineer of Record, Pelican Landing Community and Beach Preservation Association Erosion Control Project, Big Hickory Island, Florida Association (ASBPA) Mr. Mann was project manager and engineer of record for a beach nourishment and adjustable groin project for restoration of a portion of Big Hickory Island, Florida. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 27 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Project Manager, Broward County Shore Protection Project, Broward County, Florida Mr. Mann was project manager for the development of the General Reevaluation Report for the second renourishment of the Segment II shoreline. He performed economic analyses, engineering of fill quantities, borrow area design, cost estimating, and permitting of the project (1999-2004). Additionally, he was project manager for the implementation of the above project with upland sand source (2012 -Present). Coastal Engineer, Emergency Dune Restoration, Seawinds Property Owners Association, Florida Mr. Mann designed and permitted an emergency dune restoration for 500 linear feet of dune. Mr. Mann provided construction contract administration. Coastal Engineer, Construction Engineering Services, Hillsboro Beach & Yacht Villas, Hillsboro Beach, Florida Mr. Mann designed, permitted, and provided construction engineering services for the installation of over 300 feet of steel sheet pile seawall. Coastal Engineer, North Shore Road, Longboat Key, Florida Mr. Mann designed and permitted a seawall return extension wall topped with a concrete cap, which will protect the side of North Shore Road. Project Manager and Engineer of Record, North Ocean Boulevard Seawall Toe Protection Project, Palm Beach, Florida Mr. Mann was project manager and engineer of record for the design of a rock toe berm to prevent the failure of an exposed ocean front seawall. Coastal Engineer and Engineer of Record, Norriego Point Stabilization Project, Destin, Florida Mr. Mann performed a feasibility study to stabilize the public portion of the inlet spit to control erosion, and provide storm protection to the Destin Florida fishing harbor engineer of record for final design and permitting of the spit armoring project. Mr. Mann addressed numerous inputs from citizens). Coastal Engineer, Cortez Groin Removal and Replacement Project, Manatee County Florida Mr. Mann was coastal engineer for the replacement of permeable groins that are controlling end losses from Federal beach nourishment project and protecting upland emergency evacuation route. Coastal Engineer, Lake Worth Inlet Sand Bypassing Discharge Analysis, Town of Palm Beach, Florida Mr. Mann analyzed shoreline changes and other coastal processes occurring south of the Lake Worth Inlet to recommend extension of the sand bypassing plant discharge. Coastal Engineer, Lake Worth Inlet Sand Transfer Plant Replacement Analysis, Town of Palm Beach, Florida Mr. Mann assisted in the development of alternatives to determine if the existing sand transfer plant should be rehabilitated or replaced. Coastal Engineer, South Lake Worth Inlet Management Plan Update, Palm Beach County, Florida Mr. Mann provided updates to the littoral budget and refined the sand bypassing protocols for the operation of the plant. He analyzed the optimal location of a sand discharge. Coastal Engineer, Boca Raton North Jetty Weir Relocation, Palm Beach County, Florida Mr. Mann was coastal engineer for the redesign of the north jetty weir. He designed rock improvements and demolition of a portion of the crib jetty. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 28 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 29 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Spencer Waganaar Education Master of Science, Civil Coastal Engineer Engineering, Florida Atlantic University, Florida, 2016 Professional Qualifications Bachelor of Science, e Mathematics, Wingate Spencer Waganaar has been working in the field of coastal engineering University, Wingate, since 2016. He is focused on coastal engineering design, project controls 2013 and construction oversight. Since his entrance into the coastal engineering field, he has contributed and been involved in several Highlights projects. Experience working, designing, and assisting in beach In addition to beach nourishment design and construction observation, renourishment, coastal Mr. Waganaar has a focus in defining sediment properties and structures, and dredge determining sediment quality for its use in beach nourishment projects. projects Mr. Waganaar also performs storm recession observations and has Focused in coastal engineering assisted in determining sediment losses after storm events. design, project management, and Relevant Project Experience construction oversight Coastal Engineer, Panama City Beaches 2017 Beach Renourishment, Certifications/Registrations Bay County, Florida Fundamentals of Engineering Mr. Waganaar is serving as the on -sight representative for this active (FE) construction project. He is performing daily observations, continual coordination with the Contractor, during construction engineering Training calculations, and supporting permit compliance. Project completion Member, American Society of expected May 2017. Civil Engineers Coastal Engineer, Cortez Groins Removal and Replacement Project, Member, AACE International Manatee County, FL, February 2015 — December 2016 Mr. Waganaar CITI Conflicts of Interest was responsible for performing construction observations for the CITI Responsible Conduct of replacement of existing groins at Cortez. Research Coastal Engineer, 2016 Collier Creek Interim Dredge For the 2016 Collier Creek Interim Dredge Project, Mr. Waganaar assisted in continually monitoring construction progress and tracking the daily position of the dredge head. Finally, he assisted in calculating post -placement volumes and composing the post -construction report. Coastal Engineer, 2016 Collier County Beach Renourishment For the 2016 Collier County Beach Renourishment, Mr. Waganaar assisted with the beach fill design, performing engineering calculations generating refined design templates to meet design needs and the County's desired fill distributions. Additionally, he continually monitored construction progress and sediment quality, calculated post- placement volumes and verified compliance with permit conditions. Coastal Engineer, 2016 Marco Island Tropical Storm Debby Beach Restoration For the 2016 Collier Marco Island Tropical Storm Debby Beach Restoration, Mr. Waganaar assisted with the beach fill design. Additionally, he continually monitored construction progress and sediment quality, calculated post -placement volumes and verified compliance with permit conditions. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 29 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Education Lauren ® Master of Science, Marine Project Manager & Senior Marine Biologist Biology, Nova Southeastern University, Dania Beach, Professional Qualifications Florida, 2007 ® Bachelor of Science, Lauren Floyd has experience in biological and environmental science Middlebury College, since 1997, experience in biological monitoring in Florida since 2002, Middlebury, Vermont, 1997 and permitting experience since 2004. She has conducted numerous coastal and marine resource investigations and has designed several Highlights monitoring and mitigation plans for nearshore reef, artificial reef and ® More than 18 years of seagrass habitats. Ms. Floyd coordinates and develops environmental biological and environmental documents required to obtain state and federal permits for coastal experience projects. She is experienced in NEPA documentation including the ® More than 14 years of preparation of Environmental Assessments and Environmental Impact biological monitoring in Statements. She routinely prepares Biological Assessments in support of Florida ESA Section 7 Consultation and Essential Fish Habitat assessments in Certifications/Registrations support of the Magnuson -Stevens Fishery Conservation and . PADI: Dive master (2008), Management Act. She is also experienced with the Uniform Mitigation Dry Suit Specialty Diver Assessment Methodology (UMAM). Ms. Floyd manages several (2007), Rescue Diver, (2002), biological monitoring projects and oversees all environmental Enriched Air Nitrox Diver permitting, biological monitoring and production of final report (2002), Advanced Diver deliverables. (2002),Open Water Diver Relevant Project Experience (1997) . Emergency First Responder, Project Management & Design CPR, First Aid/AED) Ms. Floyd is responsible for all environmental permitting, agency . DAN 02 Administration coordination, UMAM preparation, development of environmental • AAUS Scientific Diver, 1999 monitoring plans, coordination and implementation of field activities, • Divers Alert Network (DAN) data analysis and report preparation: Member, 1997 . BOEM Protected Species . Collier County Beach Renourishment, Collier County, Florida Observer, 2007 . Wiggins Pass Maintenance Dredging and Navigation Improvement Training Project, Collier County, Florida NEPA Training, Duke • Lido Key Beach Nourishment, City of Sarasota, Florida University Environmental . Anna Maria Island Beach Nourishment Projects, Manatee County, Leadership Program, 2009 Florida Wetland Identification and Coquina Beach and City of Anna Maria Beach Nourishment Project, Delineation Training, U.S. Manatee County, Florida Army Corps of Engineers, 2009 . Upham Beach Stabilization Project, Pinellas County, Florida . Coral Rescue and Relocation . Panama City Beach Renourishment Project, Bay County, Florida Training, Florida Keys Panama City Beach Erosion Control and Storm Damage Reduction National Marine Sanctuary, Project, Biological Assessment and Essential Fish Habitat Assessment, 2008 Bay County, Florida Environmental Documentation & NEPA Compliance Ms. Floyd prepared environmental documents in support of National Environmental Policy Act, Endangered Species Act Section 7 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 30 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Consultation, and Magnuson -Stevens Fishery Conservation and Management Act: • Biological Assessment and Environmental Assessment, Collier County Beach Renourishment, Collier County, Florida • Special Treatment Permit Environmental Data Submittal, Wiggins Pass Maintenance Dredging and Navigation Improvement Project, Collier County, Florida • Biological Assessment, Anna Maria Island Beach Nourishment Project, Manatee County, Florida • Environmental Assessment, Town of Longboat Key Beach Renourishment Project, Longboat Key, Florida • Biological Assessment and Essential Fish Habitat Assessment, Southern Palm Beach Island Comprehensive Shore Stabilization Project Environmental Impact Statement, Palm Beach County, Florida Biological Assessment and Essential Fish Habitat Assessment, City of Delray Beach Fifth Periodic Beach Renourishment Project, Delray Beach, Florida Biological Monitoring/Assessments Biological surveys of natural hardbottom and artificial reef habitats including in situ identification and abundance of flora and fauna, protected species observation and enumeration: • Beach Renourishment Project, Collier County, Florida • Anna Maria Island Beach Nourishment Project, Florida • Coquina Beach Restoration Project, Florida • Artificial (Enhancement) Reef Monitoring, Manatee County, Florida • Beach Renourishment Project, Town of Longboat Key, Florida • Siesta Key Beach Restoration Project, Florida • Sand Key Beach Renourishment Project, Pinellas County, Florida • Seagrass Mitigation Project, Florida, Town of Longboat Key • Mid -Town Beach Renourishment and Expansion Project, Town of Palm Beach, Florida • Reach 7 Phipps Ocean Park Beach Restoration Project, Town of Palm Beach, Florida • Segment II and III Shore Protection Project, Broward County, Florida Principal Investigator, Shallow -water Octocoral Survey of Southeast Florida, National Coral Reef Institute Damage Assessment and Coral Restoration (Transplantation) Restored or relocated coral colonies following damage events to natural hardbottom communities or as mitigation for coastal project impacts: • Siesta Key Beach Nourishment Project, Florida • Founders Park Marina Founders Park Marina Restoration Project, Florida CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-712 31 Education • Master of Science, Coastal Zone Management, Nova Southeastern University, Fort Lauderdale, FL, 2007 Bachelor of Science, Marine Science, University of South Carolina, Columbia, SC, 1999 Highlights Over 15 years of biological and environmental science experience with the last 10 years focused on coastal and marine biology in South Florida Certifications/Registrations • SDI Dive Master (2012), Dry Suit Specialty Diver (2009), Enriched Air Nitrox Diver (2003) • PADI: Rescue Diver and Advanced Diver, 2003 • AAUS Scientific Diver, 2003 • NAUI Open Water Diver, 1997 • Emergency First Responder (CPR, 1st Aid, AED) • DAN 02 Administration • Divers Alert Network (DAN) Member, 1997 • BOEM Protected Species Observer, 2007 Professional Affiliations Voting Team Member, Southeast Florida Coral Reef Initiative (SEFCRI) • Member, American Academy of Underwater Sciences Member, Florida Association of Environmental Professionals Member, American Shore and Beach Preservation Association Member, Florida Shore and Beach Preservation Association CB&I Environmental & Infrastructure, Inc. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Buck,Stacy Senior !, Professional Qualifications Stacy Buck has over 15 years of experience in biological and environmental science with the last 10 years focused on coastal and marine biology in south Florida. Ms. Buck has conducted biological monitoring services for both public and private sector clients and has extensive experience in the design and implementation of monitoring programs for marine resources. This experience includes marine habitat characterization of natural and artificial reef communities, implementation of coral restoration/transplantation programs, and seagrass habitat assessment. Ms. Buck routinely prepares environmental documents in support of State and Federal permit applications including joint coastal (JCP) and environmental resource (ERP) permits. She also coordinates regularly with federal consulting agencies (NMFS and USFWS) to prepare Biological Assessments and Essential Fish Habitat Assessments in support of ESA Section 7 Consultation and the Magnuson -Stevens Fishery Conservation and Management Act. Ms. Buck is responsible for the complete coordination of biological monitoring projects from pre -permit application coordination through final report deliverables. Relevant Project Experience Project Management and Design Ms. Buck's responsibilities include environmental permitting, development of mitigation and monitoring programs, coordination and implementation of field activities, data analysis and report preparation. • Beach Renourishment Project, Town of Longboat Key, Florida • North End Renourishment Project, and Structural Stabilization Project, Town of Longboat Key, Florida • Breakwater Project, Town of Longboat Key, Florida • Siesta Key Beach Nourishment Project, Florida • Segments II and III Shore Protection Projects, Broward County, Florida • Reach 7, Phipps Ocean Park Mitigative Reef Monitoring Project, Town of Palm Beach, Florida • Ocean Ridge Shore Protection Project, Florida • Fifth Periodic Renourishment, Delray Beach, Florida • USACE, Broward County Segment I Nearshore Reef Assessment and Literature Review, Florida • Artificial Reef Feasibility Study, City of Deerfield Beach, Florida • Force Main Project, City of Deerfield Beach, Florida Environmental Documentation & NEPA Compliance Preparation of environmental documents in support of National CCNA Solicitation 17-7128 32 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Environmental Policy Act, Endangered Species Act Section 7 Consultation, and Magnuson -Stevens Fishery Conservation and Management Act. • Environmental Assessment and Biological Assessment, Beach Renourishment, Collier County, Florida • Biological Assessment, Town of Longboat Key North End Structural Stabilization Project, Longboat Key, Florida • Environmental Assessment, Biological Assessment and Essential Fish Habitat Assessment, Beach Renourishment Project, Town of Longboat Key, Florida • Environmental Impact Statement, Biological Assessment and Essential Fish Habitat Assessment, Southern Palm Beach Island Comprehensive Shore Stabilization Project, Palm Beach County, Florida • Environmental Assessment and Biological Assessment, Broward County Segment II Shore Protection Project, Broward County, Florida • Environmental Assessment, Biological Assessment and Essential Fish Habitat Assessment, Fifth Periodic Beach Renourishment Project, City of Delray Beach, Delray Beach, Florida Environmental Assessment, Biological Assessment and Essential Fish Habitat Assessment, Reach 8 Beach Renourishment Project, Town of Palm Beach, Florida Biological Monitoring/Assessments Biological monitoring/assessments including assessment of natural and artificial habitat function via in situ sampling and aerial analysis. • Beach Renourishment Project, Town of Longboat Key, Florida • Lindley Street Boat Ramp Seagrass Survey, Town of Longboat Key, Florida • North End Renourishment Project, Town of Longboat Key, Florida • Wetland Delineation and Aerial Analysis, North End Structural Stabilization Project, Town of Longboat Key, Florida • Southern Palm Beach Island Comprehensive Shoreline Stabilization Project, Palm Beach County, Florida, • Mid -Town Beach Renourishment and Expansion Project, Town of Palm Beach, Florida • Reach 7 Phipps Ocean Park Beach Restoration Project, Town of Palm Beach, Florida • Erosion Control Study, Town of South Palm Beach/Town of Lantana, Florida • Ocean Ridge Beach Nourishment Project, Florida • Reach 7 Phipps Ocean Park Beach Restoration Project, Town of Palm Beach, Florida • South and Central Boca Raton Beach Nourishment Project, Boca Raton, Florida • Segment II and III Shore Protection Project, Broward County, Florida • USACE, Broward County Segment I Nearshore Reef Assessment and Literature Review, Florida Damage Assessment and Coral Restoration (Transplantation) Beach Renourishment Project, Town of Longboat Key, Florida Founder's Park Marine Restoration Project, Florida Protected Species Observation/Enumeration Surveys: • Beach Renourishment Project, Town of Longboat Key, Florida • Segment II and III Shore Protection Project, Broward County, Florida CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 33 Education • Master of Science, Marine Biology, Nova Southeastern University, Fort Lauderdale, Florida, 2016 • Bachelor of Science, Environmental Science, Fordham University, Bronx, New York, 2006 Highlights More than 10 years of marine biology experience Experience includes marine habitat characterization of natural and artificial reef communities, coastal wetland biological surveys, and protected species surveys Certifications/Registrations ® PADI Dive Master, 2008 Enriched Air Nitrox Diver, 2006 PADI Rescue Diver, 2007 PADI Advanced Diver, 2006 AAUS Scientific Diver, 2008 PADI Open Water Diver, 2005 Emergency First Responder, CPR, 1st Aid, AED DAN 02 Administration • Divers Alert Network (DAN) Member, 2005 Professional Affiliations REEF Field Station Coordinator, 2010 Associate Sigma Xi Member, 2006 Marine Protected Areas: Management Techniques and Policies Course, South Caicos, TCI, 2005 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging TWURIMWIMMIMPM Marine Biologist Professional Qualifications Kathryn Brown has applied experience in biological and environmental science since 2005, with experience in Florida since 2007. This experience includes marine habitat characterization of natural and artificial reef communities, coastal wetland biological surveys, and protected species surveys. She also assists with preparation of environmental documents required in order to obtain State and federal permits for coastal projects, including Environmental Assessments (EA), Environmental Impact Statements (EIS), Biological Assessments (BA) in support of ESA Section 7 Consultation and Essential Fish Habitat (EFH) assessments in support of the Magnuson -Stevens Fishery Conservation and Management Act. Relevant Project Experience Environmental Documentation & NEPA Compliance prepared environmental documents in support of National Environmental Policy Act, Endangered Species Act Section 7 Consultation, and Magnuson -Stevens Fishery Conservation and Management Act. • Southern Palm Beach Island Comprehensive Shore Stabilization Project Environmental Impact Statement, Biological Assessment and Essential Fish Habitat Assessment, Palm Beach County, Florida, 2013 — Present Biological Monitoring/Assessments performed biological monitoring/assessments including assessment of natural and artificial habitat function via in situ methodologies. • Collier County Beach Renourishment, Collier County, Florida • Borrow Areas VI -E and III -B Hardbottom Investigation, Captiva and Sanibel Islands Beach Restoration Project, Captiva Island, Lee County, Florida • Coquina Beach Restoration Project, Manatee County, Florida • Segment I, II, and III Shore Protection Project, Broward County, Florida • Southern Palm Beach Island Comprehensive Shoreline Stabilization Project, Town of Palm Beach, Florida North Topsail Beach Shoreline Protection Project, North Topsail Beach, North Carolina Elder Point Marsh Restoration Project, Jamaica Bay Unit, Jamaica Bay, New York Protected Species Observation/Enumeration Surveys conducts Protected Species Surveys, including: • Bahia Icacos Waterway Barrier System, Former Vieques Naval Training Range, Vieques Island, Puerto Rico Queen Conch Population and Habitat Assessment, St. Croix, USVI CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 ( 34 Master of Science, Ocean Studies, Nova Southeastern, University, Davie, Florida, 1995 Bachelor of Science, Marine Science, University of North Carolina, Wilmington, North Carolina, 1979 Highlights ® Over 35 years of experience in hydrographic surveying ® Well versed in undertaking surveys in offshore and navigable channel environments using the latest state -of -the art equipment Certifications/Registrations • Certified Inshore Hydrographer, License No. #104,1998 • Professional Surveyor and Mapper, Florida, License No. LS5805, 1998 Professional Affiliations Member, The Hydrographic Society of America, ® Member, National Society of Professional Surveyors Member, Florida Society of Professional Surveyors Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging r Professional Qualifications Jeffrey Andrews has extensive experience in hydrographic surveying and is well versed in undertaking surveys in offshore and navigable channel environments using the latest state -of -the art equipment. He is an American Congress on Surveying and Mapping (ACSM) Certified Inshore Hydrographer (CIH) as well as a Professional Surveyor and Mapper (PSM). He has conducted hundreds marine investigations and mapped more than 100 million cubic yards of beach compatible sand on the continental shelf. With over 35 years of experience, he continues to manage and direct hydrographic, topographic and geophysical data collection in the Mississippi and Atchafalaya Rivers and along the Gulf coast. Relevant Project Experience Director, CB&i Environmental & Infrastructure, Inc., Boca Raton, Florida, May 1983 — Present Project Director, Barataria Basin Bathymetry, CPRA, Barataria Basin, Louisiana As part of SWAMP implementation in Barataria Basin, CB&I provided hydrographic and geophysical survey service within selected Coastal lakes and Bay in Barataria Basin. A full suite of hydrographic and geophysical instrumentation was deployed. Systems including subbottom, sonar, magnetometer and single beam sounder. Data was collected within Barataria Bay, Little Lake, Lake Salvador Lac des Allemands, The Pen, Lake Cataouache, Bayou Perot and Rigolettes and other major hydrographic path pathways. Mr. Andrews served as principal representative responsible for all matters pertaining to the project and project execution in accordance with the contract and the project's HSE, project security, quality, schedule and financial goals. Project challenges included collecting hydrographic and geophysical data in South Louisiana shallow Bays, Lakes and Bayous to map oyster reef and potential sand deposits. Project Director, Data Management Services (Delta Management Portion) - The LCA Mississippi River Hydrodynamic and Delta Management Study (MRHDMS) and LASARD, CPRA, Louisiana CB&I is providing continued data management and support services to CPRA for the Mississippi River Hydrodynamic and Delta Management Study (MRHDMS) projects and LASARD. These projects require compilation and assessment of large volumes of data, namely multi - beam bathymetric data, Acoustic Doppler Current Profiler (ADCP), Conductivity/Temperature/Depth (CTD), nutrients, and Laser In -Situ Scattering and Transmissiometry (LISST) data. CB&I also provides support on data management issues to the MRHDMS Team and support to CPRA for the Louisiana Sand/Sediment Resource Database CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 35 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging (LASARD) project. The CPRA developed LASARD to archive, populate, and maintain the geoscientific and related data acquired for ecosystem restoration on a GIS platform. In addition, relevant geoscientific data collected by other agencies are also included. The objective of LASARD is to centralize relevant data from various sources for better project coordination. That will facilitate future planning for delineating and utilizing sediment resources for a sustainable ecosystem restoration in coastal Louisiana by streamlining access to existing data sources, which will help to minimize the cost and time required to identify appropriate resources. The LASARD database, along with the mapping of surficial sediment distribution, is an important component of the Louisiana Sediment Management Plan (LASMP). Mr. Andrews served as principal representative responsible for all matters pertaining to the project and project execution in accordance with the contract and the project's HSE, quality, schedule and financial goals. Project Director, Louisiana Borrow Area Monitoring and Maintenance (BAMM) Project, CPRA, Coastal Louisiana To ensure the efficient and effective use of limited sediment resources in Louisiana, a Borrow Area Monitoring and Maintenance (BAMM) project was initiated and funded through CIAP as a part of the Performance Evaluation and Science Monitoring Project. The BAMM project provided information to understand the evolution of the borrow pits (inland, riverine, and offshore) over time, especially the infilling characteristics (rate and types of sediment) and gradient of the pit -slopes. The goals BAMM was to develop general guidelines for developing criteria for location, delineation, and design of potential borrow areas in inland, riverine and offshore environments for coastal restoration projects in Louisiana in a cost effective manner which will have no or minimum adverse impact on the adjoining coastal system. This included review of potential dredge impacts, existing wave analysis work and other related studies. Geophysical, geotechnical and water quality data was collected from several borrow areas. The combined information gathered during these efforts were analyzed and used to provide recommendations on borrow area location, depth of dredging, and design. Mr. Andrews served as principal representative responsible for all matters pertaining to the project and project execution in accordance with the contract and the project's HSE, project security, quality, schedule and financial goals. Project Director, Design Phase Geotechnical & Geophysical Investigation to Identify Sand Sources for Beach Nourishment, Jefferson County, Texas Sand resources along the Galveston and Jefferson County, Texas coastline tend to occur in the form of nearshore deposits and fluvial channels that are cut into the inner continental shelf. In 2004, CB&I identified 17 areas as potential sand resources. One of these areas was a paleofluvial channel located about one mile offshore of Jefferson County, between High Island and McFadden Beach. Seismic data and jetprobes collected in 2004, along with vibracores collected in 2006, indicate that this deposit contains a large volume of sand. However, due to the lack of seismic data coverage, further investigation was recommended to determine the extent of this deposit. CB&I was contracted in 2015 to refine the limits of this sand deposit. Field investigations were conducted in and around the area that had been previously identified by CPE as a potential sand resource. The sand search investigation included planning and mobilization, a two-day reconnaissance geophysical survey collecting approximately 40 line miles of seismic, sidescan sonar, bathymetric and magnetometer data at an approximate 120 -meter spacing. That was followed by a 3 day design level geophysical survey collecting approximately 60 line miles of geophysical data to achieve a combined data density of approximately 30 meter, the collection of 30 vibracores and a 2 day cultural resources survey to achieve a combined line spacing of approximately 15 meters across the proposed borrow area. Post field operations included geophysical data analysis, sediment analyses, and borrow area design and development of a geotechnical report. The cultural resources survey were conducted in accordance with Title 13 of the Texas Administrative Code and in accordance with the Antiquities Code of Texas. CB&I worked closely with Client and regulatory agencies during the design and field components of this investigation. Mr. Andrews served as principal representative responsible for all matters pertaining to the project and project execution in accordance with the contract and the project's HSE, quality, schedule and financial goals. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 36 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Principle Hydrographer, Barataria Basin Barrier Island Shoreline Restoration, CPRA, Coastal Louisiana CB&I developed a feasibility report for the Shell Island portion of this project. Shell Island is located immediately west of the Empire Jetties in Plaquemines Parish and has undergone, and continues to experience, rapid shoreline disintegration. The feasibility report initially identified three potential alternatives for reestablishing a barrier between the threatened estuarine ecosystem and the Gulf of Mexico by restoring the barrier island. All three alternatives have a beach/dune component on the Gulf side and a marsh component on the bay side. An additional five alternatives were developed at the request of the USACE to expand the nourishment options for Alternative 3 and bracket a potential solution. Mr. Andrews directed the development of multiple borrow areas within the Mississippi River and offshore of the project site in support of the project, which provide both sand and marsh fill. The work included collecting bathymetric, side scan sonar, seismic, and magnetometer data. CB&I designed and managed construction of the first element of the Shell Island restoration and is waiting on funding to complete the project. Project Director, Multi -beam Survey of the Atchafalaya River, CPRA, Atchafalaya River, Louisiana CB&I performed a multi -beam survey in four separate areas on the Atchafalaya River and Wax Lake Outlet. CB&I collected over 750 line miles of multi -beam data from bank to bank in water depths of approximately 5 ft. to over 100 ft. Mr. Andrews served as principal representative responsible for all matters pertaining to the project and project execution in accordance with the contract and the project's HSE, project security, quality, schedule and financial goals. Hydrographer, Emergency Oil Spill Barrier Berm Construction and Monitoring Profile Surveys, BP/CPRA, Coastal Louisiana Mr. Andrews led the CB&I team responsible for conducting numerous surveys on an expedited schedule to design and develop the project. CPRA contracted with CB&I to construct emergency barrier berms to provide a first line of defense against encroaching oil following the BP/Deepwater Horizon oil spill by reducing the area of exposed coastline and interior marshlands. CB&I collected topographic and hydrographic data by RTK GPS and dynamic motion compensation. CB&I conducted surveys every 30 days, 90 days, 180 days and 360 days after construction. CB&I flew topographic LiDAR in conjunction to hydrographic survey during the 90 - day post construction survey. Mr. Andrews served as principal representative responsible for all matters pertaining to the project field operations and execution in accordance with the contract and the project's HSE, quality and field operation schedules. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 1 37 Bachelor of Science, Marine Science, Coastal Carolina University, Conway, South Carolina, 2002 Highlights More than 14 years of mapping and surveying experience Certifications/Registrations Professional Surveyor and Mapper, Florida, License No. #6846 Professional Affiliations Member, Florida Surveying and Mapping Society Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Michael Lowiec, Professional Qualifications Michael Lowiec is a registered Florida Professional Surveyor and Mapper in technical charge of field and office operations for our Geomatics Department. He is responsible for the design of field phases of all surveys and reviewing all topographic and hydrographic survey data including multi -beam and single beam sounder surveys, beach profiles, inlet and shoal surveys, borrow area surveys, port and harbor surveys, and coastal structure surveys. Mr. Lowiec prepares permit required physical monitoring survey reports, private and public sovereign submerged land leases and easements, certified survey maps and drawings. He oversees land based survey tasks including boundary surveys, right of way verification, mean high water surveys and is involved with the platting of erosion control lines. Mr. Lowiec has extensive knowledge of conventional and GPS -based survey methods and is trained and approved to use the National Geodetic Survey OPUS - Projects for establishment of GPS networks and control monuments. Relevant Project Experience A summary of selected project experience is listed below: • One -Year Post Construction Topographic and Hydrographic Monitoring Survey and Report, Delray Beach, Florida • Right -of -Way Verification and Topographic Survey for Miami -Dade Public Works, NE 16th Avenue Corridor Project • Jupiter/Carlin Pre -Construction Topographic and Hydrographic Survey and Report • A1A Beach Repair Project Topographic and Hydrographic Survey and Report, Fort Lauderdale, Florida • Topographic Monitoring Project 24 -Month Survey, The Breakers Hotel, Florida • Monitoring Project and Report, Siesta Key, Florida • Pre -Construction Topographic and Hydrographic Survey and Report, Delray Beach, Florida • Post -Construction Topographic and Hydrographic Survey and Report, Delray Beach, Florida • Wide Topographic and Hydrographic Monitoring Surveys and Report, Miami -Dade County, Florida • Anna Maria Island Profile Survey, Manatee County, Florida • Physical Monitoring Survey and Report, Lido Key, Florida • Multi -beam Survey, Port of Miami, Florida • Hardbottom Edge Multi -beam Survey, Broward County, Florida Physical Monitoring, Captiva and Sanibel Island, Florida • Pre and Post -Construction Surveys and Report, Lido Key, Florida • Borrow Area Multi -beam Hydrographic Survey, Delray Beach, Florida CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 38 Education • Doctor of Philosophy, Geosciences, Florida International University, Miami, FL, 2007 • Certificate, Geographic Information Systems, Florida International University, Miami, FL, 2004 • Master of Science, Geology, Florida International University, Miami, FL, 2002 • Bachelor of Arts, Geology, Skidmore College, Miami, FL, 1997 Highlights More than 8 years of conventional survey and remote sensing Certifications/Registrations Programming Languages: C/C++, Awk, Python GIS Software: ArcView, Arclnfo, ArcGIS, PCI, MapGrafix GPS/LIDAR Processing Software: REALM, Applanix POSPac, Ashtech Solutions, Ashtech Survey Control, ALTM-Nav, Ashtech Office Suite, Grafnav Remote Sensing: ERMapper, ERDAS, SonarWiz • Analysis Software: Matlab, Corpscon, Surfer, VDatum, HAZUS-MH Training • Member, American Geophysical Union • Member, American Shore & Beach Preservation • Member, American Society for Photogrammetry & Remote Sensing • Member, Coastal Education & Research Foundation • Member, Surfrider Foundation Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Professional Qualifications Dr. Robertson's research focuses on using conventional survey and remote sensing data to quantify change in coastal morphology and develop models from these results using geographic information systems (GIS) to aid in coastal mitigation. Dr. Robertson specializes in working with multiple topographic and bathymetric data sets to create seamless digital elevation models (DEMs) that are often critical for accurate geomorphic change analysis and often serve as the basis for scientific conclusions. He coordinated the airborne laser (LIDAR) program at the International Hurricane Research Center from the ground up starting in 1999. He has worked with Optech to improve airborne laser collection techniques to ensure data quality. His masters work involved extracting shorelines from LIDAR with a local tide gauge - derived contour that closely matched shorelines digitized from aerial photographs. His dissertation work investigated the relationships between shoreline migration and volume change and using airborne laser bathymetry to locate the depth of closure. Dr. Robertson uses the skills that he developed during his studies to develop high resolution DEMs utilizing voluminous data sets, quantify and predict morphologic change, and identify sediment sources and benthic habitats. Relevant Project Experience A listing of Mr. Robertson's project experience is listed below: • Collier County, Florida • Bay County, Florida • Broward County, Florida • Duck, North Carolina • Delray Beach, Florida • Fire Island, New York • Florida LiDAR-Derived Volume Change Maps • Fort Story, Virginia • Houma, Louisiana • LASARD, Louisiana • Longboat Key, Florida • Long Beach, New York • Marquesas, Florida • Nantucket, Massachusetts • Okaloosa County, Florida • Ocean Isle Beach, North Carolina • Palm Beach County, Florida Pinellas County, Florida CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 39 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging ® St. John's County, Florida ® West Belle Pass, Louisiana Project Manager, LIDAR Elevation Change Analysis, Gulf of Mexico and Florida Dr. Robertson is project manager of a volume change quantification project using LiDAR data. USACE's Joint Airborne LIDAR Bathymetry Technical Center of Expertise (JALBTCX) hired CPE to quantify volume change from multiple LIDAR data sets on the Gulf of Mexico and east Florida coastline. Accurate DEMs are critical for any elevation change analysis as inaccurate elevation models increases errors and distorts conclusions. CPE uses a grid -based approach to measure volume differences within GIS using a custom processing system. Volume change is quantified by bins along the coastline and summarized in terms of the total positive, negative, net and normalized volume change. Final products will include all quantified changes along with large format plots displaying the change for the studied time period. Project Manager, Habitat Mapping, Marquesas, Florida Dr. Robertson is project manager of a benthic habitat mapping project interpreted from satellite imagery in the Marquesas and Quicksands area offshore of the Florida Keys. CPE is in the process of mapping more than 1,300 km2 of benthic habitats that are essential for developing management strategies that balance the protection of these habitats with their use. Image enhancement techniques like color band subtraction and application of various filters are applied to the images that significantly increase areas that can be mapped, especially in deeper environments. Habitats are mapped using heads -up digitizing of pan -sharpened color IKONOS satellite imagery by identifying color and texture patterns and confirmed in the field using georeferenced drop and dive supported cameras. Map interpretations are based on NOAA's classification scheme for mapping shallow -water coral ecosystems of southern Florida. Deliverables include a benthic habitat maps, metadata, and all ground validation imagery. Remote Sensing Geoscientist, Multiple Projects, Panama City Beach, Florida Dr. Robertson has participated in multiple projects for Panama City beaches. The most recent project involved utilizing existing LiDAR data to generate DEMs and contours of the beach and surrounding dunes. This required application of various types of custom filters to ensure that the beach morphology was preserved while non ground objects were removed. The bare earth contours were used to help design locations for dune planting and fence installation. Other projects include geophysical and geotechnical data collection, analysis, and reporting. Remote Sensing Geoscientist, Delray Beach, Florida Dr. Robertson generated bathymetric DEMs from existing LiDAR and bathymetry data sets for input into morphologic models, to determine locations of previous dredging, and aid in planning future nourishment projects. He collected, processed and displayed high-resolution multi -beam data to detect the edge and height of reefs. Remote Sensing Geoscientist, Broward County, Florida Dr. Robertson managed the 2008 LIDAR bathymetric data collection offshore of Broward County. More than 13 million points were used to generate a DEM illustrating the offshore geomorphic and benthic features. Bottom reflectance data were converted to grids that identified variations in sea bottom characteristics that aided benthic habitat classification. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 40 Project Manager, Mississippi River Hydrodynamic and Delta Management Study (MRHDMS), CPRA, Coastal Louisiana Dr. Forrest provides project management, data compilation, data formatting, data archiving and QA/QC (ongoing). She is also currently managing two similar projects (Mississippi River Hydrodynamic and Delta Management study (MRHDMS) and the Delta Management project. She is responsible for project oversight including data formatting, data review, QA/QC and archiving. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 41 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Beth Forrest, PhD Education Project Geologist ® Doctor of Philosophy, Geology, Florida State ProfessionalQualifications University, Tallahassee, Beth Forrest, PhD, is responsible for assisting with data collection and Florida, 2007 analysis, permitting, product preparation and technical report and Master of Science, Geology- presentation preparation in support of beach and marsh habitat Geochronology, McMaster restoration projects throughout the Gulf coast and eastern United University, Hamilton, States including Alabama, Texas, Louisiana, Florida, New York and Ontario, Canada, 2003 North Carolina. She has significant data management experience, ® Bachelor of Science, having worked on several statewide geotechnical and geophysical Geology, McMaster databases for Louisiana, Florida and Texas. University, Hamilton, Ontario, Canada, 2001 Prior to joining CB&I, Dr. Forrest worked as a Coastal Geologist at the Highlights Florida Department of Environmental Protection, Bureau of Beaches . Manages data collection and and Coastal Systems. There, she was responsible for providing analysis, permitting, product geological analyses and geotechnical review associated with beach preparation and technical erosion control, inlet management projects and other coastal report and presentation construction projects. Dr. Forrest coordinated with Bureau regulatory preparation in support of staff, Bureau engineering staff, permit applicants, local, state and beach and marsh habitat federal governmental agencies and other departmental agencies. She restoration projects conducted and coordinated geologic reviews of Joint Coastal Permit throughout the Gulf Coast (JCP) applications and the scopes of work associated with beach and and eastern United States inlet management contracts of the Bureau. Registrations/Certifications Relevant Project Experience BOEM Certified Protected Scientist, CB&I Environmental & infrastructure, Inc., Boca Raton, Species Observer Florida, May 2007 — Present Professional Affiliations Data/Project Manager, Louisiana Sand Resource Database (LASARD), . Reviewer, Journal of Coastal Research, American Shore Louisiana Office of Coastal Protection &Restoration Authority and Beach Preservation Since 2009, Dr. Forrest has worked closely with the Louisiana Office of Association (ASBPA) Coastal Protection and Restoration Authority (CPRA) to refine and standardize the Louisiana Sand Resource Database (LASARD), which was developed to help facilitate the identification and management of offshore sediment resources. She has reviewed and archived over 1000 datasets and overseen the processing of over 500 datasets for incorporation into the database. In 2013, Dr. Forrest took over the role of Project Manager for this project. Project Manager, Mississippi River Hydrodynamic and Delta Management Study (MRHDMS), CPRA, Coastal Louisiana Dr. Forrest provides project management, data compilation, data formatting, data archiving and QA/QC (ongoing). She is also currently managing two similar projects (Mississippi River Hydrodynamic and Delta Management study (MRHDMS) and the Delta Management project. She is responsible for project oversight including data formatting, data review, QA/QC and archiving. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 41 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Project Manager, Mississippi River Hydrodynamic and Delta Management Study -Delta Management Portion, CPRA, Coastal Louisiana Dr. Forrest provides project management, data compilation, data formatting, data archiving and QA/QC (ongoing). She is responsible for project oversight including data formatting, data review, QA/QC and archiving. She is working with CPRA to develop new attribute specifications for data types that have not be formatted in the past. Data Manager, Data Compilation and Management, Texas Coastal Resiliency Study, Texas General Land Office, Coastal Texas The study included the development of a comprehensive database containing information on more than 10,000 existing projects, over 1,000 reports, and a spatial database, which houses existing critical infrastructure data. The database is being used to identify vulnerable infrastructure, review previously identified infrastructure projects and recommend potential infrastructure projects to improve overall coastal resiliency. Data Manager, Borrow Area Management and Monitoring, CPRA, Coastal Louisiana During the first phase of this project, Dr. Forrest led the compilation of an inventory of existing inland borrow areas used for restoration projects in Louisiana. During the second phase of this project, geophysical, geotechnical and water quality data was collected from several existing borrow areas. The combined information gathered during these efforts was analyzed to provide recommendations on borrow area design. Data Manager, Data Compilation and Management, Texas Coastal and Marine Spatial Planning Project, Texas General Land Office, Coastal Texas The study included an extensive review of over 200 documents and plans related to the Texas Coastal Zone to identify potential projects. Based on this review, a list of project summaries was compiled for over 140 potential coastal projects. Our team then developed materials for regional stakeholder meetings. The project was completed on time and under budget. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 42 nommosmilmmmmEFAMMMEM Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Kristina , PG Project I is Education Master of Science, Geology, Professional Qualifications Florida Atlantic University, Boca Raton, Florida, 2007 Kristina McCoy has 14 years of experience working in the field of Bachelor of Science, coastal geology on sediment renourishment projects along the Gulf and Geology, Florida Atlantic East coast states. She has assisted on over 40 sediment search and University, Boca Raton, geotechnical investigation projects. Her current work includes borrow Florida, 2003 area development and design, bathymetric and isopach surface development and evaluation in AutoCAD Civil 3D and Surfer, calculation Highlights of borrow area design cut and side slope volumes in AutoCAD, and 14 years of experience processing of geotechnical data for client submittals utilizing gINT. working in coastal geology on sediment renourishment Ms. McCoy assists with vibracore collection and detailed analyses of the project in Florida cores, which includes logging, sampling, photographing, torvane testing, and creating beach and borrow area composite spreadsheets. Training She also performs and reviews sieve and carbonate analysis of • Professional Geologist, sediment samples. She creates borrow area permit and construction Florida, License No. PG2718 sheets that include plan and cross section views of sediment deposits • PADI Open Water/ utilizing AutoCAD, and creates shapefiles with metadata for ROSS Advanced/Nitrox SCUBA submittals, report figures and field maps utilizing GIS. Diver, 2007/2008 • BOEM Protected Species ecce Ms. McCoy compiles state and federal permits for approval of data Observer, collection, responses for agency Requests for Additional Information, Joint Coastal Permit Application data and QA/QC documents for agency Professional Affiliations approvals. She assists with geotechnical report preparation, and Professional Member, coordinates directly with FDEP officials on borrow area and sediment American Institute of data needs. She is also responsible for signing and sealing various Professional Geologists borrow area design permit and construction sheets, along with PG Treasurer, Florida Certification letters for sediment sample analysis. Association of Professional Relevant Project Experience Geologists Member, Southeastern Geologist, CB&I Eoviropmenta! & infrastructure, Inc., Boca Raton, Geological Society Florida November 2003 — Present Geotechnical Investigations Ms. McCoy processes and prepares geotechnical data for sand search investigations. She develops borrow areas and calculates design volumes. She assists in compiling geotechnical investigation reports and permit preparation. Projects include: • Borrow Areas I and II Volume Analysis, Fifth Beach Renourishment, Delray Beach, Florida • Borrow Areas I and II Geotechnical Analysis and Design Assistance, Fifth Beach Renourishment, Delray Beach, Florida • Shore Protection Project Segment II Sand Search — Borrow Areas 10/11 and 12 Geotechnical Analysis and Design Expansion, Broward County, Florida • Sand Search — Borrow Areas 8 through 12 Geotechnical Analysis and Design Assistance, Broward County, Florida CB&I Environmental & Infrastructure Inc. CCNA Solicitation 17-7128 43 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging • Geotechnical Analysis for Sand Search Investigation, Town of Palm Beach, Florida • Geotechnical Analysis, Reach 8 Beach Nourishment Project, Florida • Geotechnical Analysis and Sand Search, North Boca Raton, Florida • Geotechnical Analysis and Certification, FDEP Sediment Sample Analysis • Borrow Area III -B Geotechnical Analysis and Re -design, Captiva Island Beach Renourishment, Lee County, Florida • Longboat Pass Dredge Area Geotechnical and Volume Analysis, Longboat Pass Maintenance Dredging and Beneficial Use Project, Manatee County, Florida • Kure Beach Borrow Area, Geotechnical Analysis and Borrow Area Design, Kure Beach Coastal Storm Damage Reduction Project, New Hanover County, North Carolina • Coquina Borrow Area Geotechnical Analysis and Borrow Area Design, City of Anna Maria Nourishment and Coquina Beach Restoration, Manatee County, Florida • 2013 AMI Borrow Area Geotechnical Analysis, Design Assistance, and Geotechnical Report, Anna Maria Island Central Beach Nourishment Project, Anna Maria, Florida • Oyster Bayou Borrow Area Geotechnical Analysis, Borrow Area Design, and Geotechnical Report, Oyster Bayou Marsh Restoration, Cameron Parish, Louisiana • New Pass Borrow Area Geotechnical Analysis and Volume Analysis, Lido Key Storm Repair Beach Renourishment Project, Sarasota County, Florida • North Topsail Fine and Coarse Borrow Areas Geotechnical Analysis and Borrow Area Re -design, North Topsail Beach Offshore Sand Search Investigations, North Carolina • Geotechnical Analysis and Review, Southeast Florida Sediment Assessment and Needs Determination (SAND) Study, Florida • Borrow Area T1 Geotechnical Analysis and Borrow Area Re -design, Collier County Beach Renourishment, Florida • Geotechnical Analysis, Wiggins Pass, Collier County, Florida • Borrow Area VI -E Geotechnical Analysis and Design, Captiva Island Renourishment, Lee County, Florida • Geotechnical Analysis and Design Assistance, Borrow Areas: Hewes Point, St. Bernard Shoals, Pass A Loutre, South Pass, South Pelto, Rehandling Areas- RH-1, RH-2, RH-3, 35E, 25E, 25-5, Emergency Berm Sand Search, Louisiana • AMI PD Sediment Source Geotechnical Analysis and Design Assistance, Anna Maria Island Port Dolphin Corridor Beneficial Use Sand Search Investigation, Florida • Geotechnical Analysis and Borrow Area Design Assistance, Phase III Sand Search, Longboat Key, Florida • Geotechnical Analysis and Borrow Area Design Assistance, Big Hickory Sand Search, Lee County, Florida • Geotechnical Analysis and Borrow Area Design Assistance, Cape Romano Sand Search, Collier —County, Florida • Geotechnical Analysis and Borrow Area Design Assistance, Bay County Beach Nourishment Project, Florida • Geotechnical Analysis, Sand Key, Pinellas County, Florida • Geotechnical Analysis, Sea Turtle Physical Monitoring, Longboat Key, Florida • Geotechnical Analysis and Borrow Area Design Assistance, Longboat Pass Sand Search Investigation, Florida CB&I Environmental & Infrastructure Inc. CCNA Solicitation 17-7128 44 Master of Science, Marine Biology & Coastal Zone Management/Nova Southeastern University, Davie, Florida 2013 Bachelor of Science, Biology, Central Connecticut State University, 2003 Registrations/Certifications • AAUS Scientific Diver • PADI Open Water Diver • PADI Enriched Air Diver • PADI Advanced Open Water Diver PADI Rescue Diver PADI Dive Master • CPR/First Aid/02 Administration Certified Marine Debris Training CB&I Environmental & Infrastructure, Inc. Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Shara Teter, MS Scientist Professional Qualifications Shara Teter joined CB&I in 2015, bringing with her experience in GIS, marine research and field work, underwater surveying, and scientific SCUBA diving. While at CB&I, Ms. Teter has provided geotechnical services for sand searches, beach nourishments and coastal restoration projects. She has developed skills in vibracore collection and detailed sediment analyses, including vibracore logging, photographing, sampling, torvane testing and creating beach and borrow area composite spreadsheets. She also performs sieve and carbonate data analysis of sediment samples and assists with geotechnical report preparation, processing of geotechnical data using gINT software, and has over 10 years of GIS experience. Ms. Teter also performs nearshore hardbottom and artificial reef monitoring. Prior to joining CB&I, Ms. Teter worked at both private and educational institutes. She has experience as a staff scientist, marine field assistant, research assistant, and a GIS Analyst. Relevant Project Experience Project Scientist, CB&<.I Environmental & Infrastructure, Ince Boon Paton, Florida, 2015 — Present Project Scientist, McFaddin National Wildlife Refuge Sand Search Ms. Teter was responsible for data collection and detailed analysis of geotechnical data. Project Scientist, BOEM Inventory of Potential Beach Nourishment and Coastal Restoration Sand Sources on the Atlantic OCS Ms. Teter was responsible for collection, detailed analysis and processing of geotechnical data. Project Scientist, Texas Coastal Resiliency Study Ms. Teter was responsible for coastal data compilation. Project Scientist, Broward County Shore Protection Project As a project scientist, Ms. Teter was responsible for biological monitoring of the nearshore hardbottom. Project Scientist, Hillsboro Beach 2015 Interim Nourishment Ms. Teter was responsible for detailed analysis and processing of geotechnical data. Project Scientist, Cameron Meadows Marsh Creation and Terracing On this project, Ms. Teter was responsible for GIS data and map creation. Southwest Florida Borrow Area Analysis Ms. Teter was responsible for compilation of existing borrow area data to further delineate borrow area, assigning sediment source categories using geotechnical and geophysical data. CCNA Solicitation 17-7128 Ell a( Associate of Science, Business Management, New Hampshire Technical Institute, 1985 Highlights 30 years of experience working with various GIS, CAD and engineering programs Registrations/Certifications Autocad 2013 Certified Professional Autocad 2011 Civil 3d Certified Associate Certification in Metadata for Geospatial and Biological Metadata-USGS 2002 Training • ESRI Enterprise Dbase Development and Management, 2007 Certified Autodesk Civil 3-D Training, 2006 USGS Metadata for Geospatial & Biological Data Training, 2002 ESRI GIS Training; University of Florida, 1995 1996, 2000 Certified Autodesk Training, 1995, 2000, 2001, 2006 Certified Eaglepoint Survey Software Training, 1994, 2000 Certified Microstation Training, 1993 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging AngelaBelden Professional Qualifications Angela Belden has 30 years of experience working with various GIS, CAD and engineering programs. She directs all GIS operations for CB&I's coastal restoration offices, and is responsible for the management of personnel, software, and resources that provide GIS and Computer Aided Engineering/Drafting (CAE/CAD) service and product support to all of our regional offices and clients. She advises the groups Remote Sensing and Spectral Analysis Applications, including geoprocessing, archival in spatial databases and the creation of maps and visualizations. Ms. Belden possesses a broad range of experience with geospatial technologies ranging from database design, integration, data validation and integrity, specializing in complex GIS file translations between widespread digital formats. She also directs all CAD documentation development and software applications. She has successful project and resource management experience and has provided both geospatial and information management technical support on numerous projects. Ms. Belden has served as a Project Manager for GIS -oriented projects where responsibilities included proposal preparation, scope of work development, level -of -effort and pricing determination, and scheduling and budget oversight. She has authored and presented papers at multiple GIS conferences. Ms. Belden is experienced in a variety of information technologies, from ESRI's suite of GIS products to graphic design packages such as Adobe Illustrator and Photoshop. In 2000, her project management experience began with environmental resource mapping in Broward County, and has extended to more than 17 GIS benthic habitat mapping projects from Texas to North Carolina. Ms. Belden specializes in customized GIS products that clients require for public distribution. Relevant Project Experience GIS/Information Manager, Interactive GIS Database, Town of Palm Beach, Florida Ms. Belden directed creation and implementation of an Interactive GIS database as a functional tool to explore the data pertaining to renourishment projects. Ms. Belden served as the data and information manager on this project. She directed the creation of an interactive interface, performed quality assurance and control on the data, and reviewed all FDGC compliant metadata created by her GIS staff. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 46 Master of Science, Environmental Studies, Florida International University, 2010 Bachelor of Science, Environmental Studies, Richard Stockton College, 2003 Highlights ® 16 years of GIS data creation, maintenance, remote sensing analysis, ground trothing, and field experience Certifications/Registrations GIS Professional (GISP), GIS Certification Institute, Des Plaines, IL, 2011 PADI Advanced Open Water /Nitrox Certification Florida Master Naturalist - University of Florida IFAS Certificate of Geographic information Systems, Richard Stockton College, Pomona, New Jersey, 2003 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging ,, AnalystGIS Professional Qualifications Heather Vollmer is a GIS analyst with 16 years of GIS data creation, maintenance, remote sensing analysis, ground truthing and GPS field experience. She designed, implemented and performed habitat delineations for various projects in the field and using remote sensing in Florida, North Carolina, and New Jersey. Relevant Project Experience GIS Analyst, Interactive GIS Database, Town of Palm Beach, Florida The goal of the Town of Palm Beach's interactive GIS database was to provide a functional tool to explore the data that pertained to the Town's renourishment projects. Ms. Vollmer was in charge of creating the interactive interface, creating database structure, QA/QC the database, writing FGDC compliant metadata, performing data analysis for impacts and persistence of hardbottom resources. GIS Analyst, Marquesas Benthic Habitat Mapping, Florida Keys National Marine Sanctuary, Florida Keys This project used remote sensing techniques to map large areas of the Florida Keys National Marine Sanctuary. Ms. Vollmer's main role was to digitize interpreted habitats from IKONOS satellite imagery. She created codes for complex units, allowing end users to display units in their entirety or as simplified units. By utilizing additional remote sensing software, she was able to improve the interpretation of offshore reef benthic features within the imagery. She worked on in-situ video collection for verification of mapping units. Training GIS Analyst, Coastal Vulnerability Geodatabase, International ESRI ArcGIS/ ArcView 3.2- Hurricane Research Center, Miami, Florida 10.1, ArcPublisher 9.1-10.1, Ms. Vollmer researched how to utilize GIS methodologies to validate ESRI ArcGIS Enterprise the many different types of storm surge model. By utilizing field data Server, 3D Analyst and the model outputs in reference to in-situ debris lines and high Extension, Spatial Analyst water marks, she was able to show how each model performed in Extension, ArcEditor 9.1- determining historical storm events. 10.1 ERDAS - IMAGINE Coastal Resource Database Librarian, Coastal Resource Database, USGS Digital Shoreline Data Structure and Management, CB&I, Boca Raton, Florida Analysts System (DSAS) Ms. Vollmer is CB&I's coastal resource database librarian. She ® Microsoft Access reformats and performs all QA/QC for database uploads as well as data . IDRISI-Taiga mining for additional beneficial database information. She researches . AutoCAD 2012 new technology and suggests future database management direction. She provides all in-house training and assists with the development of user documentation. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 1 ' 1 47 CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 ( 48 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Gary Krystyniak Education Senior CAD Designer • Bachelor of Science, Behavioral Science, Lynn ProfessionalQualifications University, 2003 Gary Krystyniak joined CB&I in 2011 and has over 30 years of design and Highlights drafting experience. His experience includes various aspects of marine • Over 30 years of design and and port design including surface modeling, dredge volume drafting experience calculations, scheduling, conceptual drawings structural and mechanical drawings, as well as 3-D graphics and animation. Mr. Krystiniak is Training proficient in numerous design software, including AutoCad®, • OSHA 40 -Hour Hazardous Microstation®, InRoad®s, Softdesk®, Land Development®, Autodesk Civil Waste Operations and 3D®, Bentley PowerCivil®, and Eaglepoint®. Emergency Response (HAZWOPER) Training Relevant Project Experience • OSHA 8 -Hour HAZWOPER • 2013-2014 Beach Renourishment, Collier County, Florida Annual Refresher Training . Wiggins Pass Dredging • Tropical Storm Debby Repair Project Construction Plans, Lido Key, Florida • Tropical Storm Debby Repair Project Permit Plans, Lido Key, Florida • Southern Palm Beach Island Comprehensive Shoreline Stabilization Project, Town of Palm Beach, Florida • Fire Island Inlet to Moriches Inlet Emergency Stabilization, Fire Island, New York • North Topsail Beach Shoreline Protection, North Topsail Beach, North Carolina • Curtis Park Boat Ramp Improvements, City of Miami, Florida • Seawinds Seawall Construction Project, Florida • Upham Beach Stabilization Project, Florida • Fifth Beach Renourishment, Delray Beach, Florida • Pelican Landing Erosion Control Project • New River Inlet Channel Realignment and Beach Restoration • Pellicer Flats Mitigation Bank • West Belle Pass Barrier Headland Restoration Project, Louisiana • Shell Island Barrier Enhancement, Louisiana • Pelican Island Restoration Project, Louisiana • Port Development Project, Port Mearim, Brazil • Geotextile Tubes, Anna Maria Island, Florida • Beach Renourishment, Panama City, Florida • Beach Renourishment, Captiva/Sanibel Island, Florida . Emergency Barrier, Berm Monitoring Project, Coastal Louisiana • Upham Beach Structures Permitting, Florida • Linley Street Boat Ramp, Longboat Key, Florida • Coquina Beach Longboat Pass Rock Removal, Florida • Longboat Key, Florida • Sylvan Beach Shoreline Stabilization, Texas General Land Office and City of LaPorte, Harris County, Texas • LNG Import Terminal Breakwater Study, Confidential Client/Foster Wheeler USA, Pacific Ocean Coast CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 ( 48 Collier County Board of County Commissioners Doctors and Wiggins Pass Dredging Tab V — Acceptance of Conditions CB&I has reviewed Collier County's Purchase Order Terms and Conditions (Exhibit III) and Additional Terms and Conditions for RFP (Exhibit IV) and accepts the conditions, while respectfully requesting the County consider the following, if we are selected for an award of Contract: 1. Articles 3 and 6 of Exhibit IV as to any Additional Items and/or services that are not part of the main scope of work or additional terms and Conditions of Contract under these specific circumstances, CB&I reserves the right to negotiate the scope of work and related terms and conditions. 1. Article 10 of Exhibit III, Indemnification - if selected for an award of Contract, CB&I will seek to work under the indemnity obligations in its prior Contracts with the County. 2. Article 20 of Exhibit IV, Security and Background Checks —CB&I requests the County reconsiders whether 50 -state criminal background checks are required. CB&I Environmental & Infrastructure, Inc. CCNA Solicitation 17-7128 49 Corley C01411ty THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each ofthe following items aothe necessary action iacompleted: The Proposal has been signed. F� All applicable forma have been signed and imo(uded, along with licenses to complete the requirements ofthe project. FX1 Any addenda have been signed and included. 71 Copies ofEngineering License. [29 Three (3) references from the last 10years. C8&| Env|mnmonto|&|nhastructuro' Inc.NomoofFirm� 24D1NVVBoca Raton Blvd. City, State, Zip: /axapnono: Email: Representative Signature Representative Name: Boca Raton, FL 33431 561.391.8102 thumon.Dienn(c'Dcbicum ThumanPierm Date 5/2/17 RPS ccwArompmne-1 1032016 Co ie'r Commty Administrabve Services Department Procurement Services Division Attachment 3: Conflict of Interest 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: 17-7128 — Doctors and Wiggins Pass Dredging 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: CBM Environmental & I Signature and Date: Print Name: Thomas Pierro Title of Signatory: Director of Operations , Inc. County SUBSCRIBED AND SWORN to before me this 2 day of May _,20 17 by Thomas Pierro who is personally known to me to be the Director of Operations for the Firm, OR who produced the Tnflowing identification Public Notary public State of Florida Tracie H McCauley My Commission FF 139613 Expires 0811 9/2018 M i H RPS CCNA Template -1 1032016 7128 — Doctors and Wiggins Pass Dredging 26 o ler° County Administrative Services Dc parii hetet Pro,kirerne nt `�rvic s Givkion Attachment : Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 E: RPS Solicitation: 17-7128 ® Doctors and Wiggins Pass Dredging 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 design associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 1 day of May , 2017 in the County of Palm Beach , in the State of Florida Firm's Legal Name: CB&I Environmental & Infrastructure, Inc. Address: 2481 NW Boca Raton Blvd. City, State, Zip Code: Florida Certificate of Authority Document Number Telephone: FAX: Signature by: (Typed and written) Title: Boca Raton, FL 33431 F02000002878 561.391.8102 561.391.9116 Director of Operations RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 27 Additional Contact Information Send payments to: CB&I Environmental & Infrastructure, Inc. (required if different from Company name used as payee above) C Contact name: B&I Lock Box Email: N/A Title: CB&I Environmental & Infrastructure, Inc. Address: 39001 Treasury Center City, State, ZIP Chicago, IL 60694-9000 above) Contact name: N/A Telephone: Director of Operations FAX: N/A Email: N/A Office servicing Collier CB&I Environmental & Infrastructure, Inc. County to place orders (required if different from above) Contact name: Thomas Pierro Director of Operations Title: Address: 2481 NW Boca Raton Blvd. City, State, ZIP Boca Raton, FL 33431 Telephone: 561.391.8102 Email: thomas.pierro@cbi.com RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 28 OU"Cy Administrative Services Department Prowrernenr Sery cns q'3h; i :ctp Attachment 5: Immigration Affidavit Certification RPS Solicitation: 17-7128 — Doctors and Wiggins Pass Dredging 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 Professional Services (RPS) submittals. Further, Consultants / Bidders 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/bidder'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, prograrn may deem the Consultant / Bidder'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 / Bidder's proposal. Company Name CB&I Environmental & Infrastructure, Inc. Print Name Thomas Pierro Signature State of Florida County of Palm Beach Title Director of Operations Date 5/2/17 The foregoing instrument was signed and acknowledged before me this L day of May , 20 17, by Drivers License Thomas Pierro who has produced P600-835-74-469-0 as identification.. Prin�Typ`,, ) � (Type of Identification and Number) Notary Public Signature Tracie H. McCauley Printed Name of Notary Public c� �F 13111013 'sI191-zoIa Notary Commission Number/Expiration ,puY+Notary Public State of Florida Tracie H McCauley a My commission FF 138813 p. Expires 0811012018 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. RPS CCNA Template -1 1032016 17-7128 — Doctors and Wiggins Pass Dredging 29 Employeffizud Page 1 of I E -Verify W.(.— U.., I"L..t L." In Employment Eligibility Verification Allison Tomplait 3: 15PM-11/18/2013 ATOM4833 03:15 LogOut Click any Q for help Hc,,,"l Company Information My ca..0 Company Name: CB&I, Inc. View I Edit Company ID Number: 379946 My Profile Doing Business As (DBA) CB&l. Inc. Edit Pcofi:s. Name: (,Irar:ge flacwo?d DUNS Number; 064012560 My company Physical Location: Mailing Address: Address 1: 2103 Research Forest Drive Address 1: Address 2: Address 2: City* The Woodlands City: C,Iusc A000unf State: TX State: My Reports Zip Code: 77380 Zip Code: V,ew County: MONTGOMERY My R—Ourcee R*5"f— Additional Information; Employer identification Number: 363046888 Total Number of Employees; 100 to 499 Parent Organization: Chicago Bridge and Iron Administrator: Organization Designation: Employer Category: Federal Contractor with FAR E -Verity Clause Federal Contractor Category: None of these categories apply Employees being verified: All new hires and all existing employees assigned to a Federal contract NAILS Code: 237 - HEAVY AND CIVIL ENGINEERING CONSTRUCTION I View I Edit I Total Hiring Sites: 5 View I Edit Total Points of Contact: 2 VlowlEdit i IView ,Mou,-1 https:He-verify.uscis.gov/emp/EmployerWizard.aspx 11/18/2013 co rc-r ,r! rsa ✓-n ire': c� t a!':�P�9';u8avval 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 UEM-E ivironmental & Infrastructure, Inc. (as shown on income tax retum) Business Name (if different from taxpayer name) Address 2103 Research Forest Drive City The Woodlands State Texas Zip 77380 Telephone 561.391.8102 FAX 561.391.9116 Email thomas.pierro@cbi.com Order Information Address 2481 NW Boca Raton Blvd. City Boca Raton State FL Zip 33431 FAX 561.391.9116 Email thomas.pierro@cbi.com 2. Company Status (check only one) Remit / Payment Information Address 39001 Treasury Center City Chicago State IL Zip 60694-0000 FAX N/A Email N/A Individual / Sole Proprietor _Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC C 501 (c) 3) Enterthe tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 77-058-9932 (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, / certify that the information shown on this form is correct to my knowtedpe, Signature -y y ,IOC' . /a Date 5/2/17 Title Director of Operations Phone Number 561.391.8102 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 30 Form Request for Taxpayer (Rev, December 2014) IdentificationNumber an Certification Dopvlofvlanl of the Treasury Inu?r ml ((avenue Service CV ar m b CL 0 V) c 0 L) o C r IL U V CL rn m m I Nana. lis ahown on your ,tv,o ne tax returnj. Name is CB&I Environmental & Infrastructure, Inc. 2 Business name/disregarded entity name, If different fr on this hrio; do not 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ s Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) Note. Fola single -member LLC that Is disrogarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single -member owner, (� Other Ises instructions) 01 S Address (number, s#reot,and apt. or 2103 Research Forest fir —_.._ 6 City, state, and ZIP code The Woodlands, TX 77380 account nurnbols) here Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not individuals; see Instructions on page 3): Exempt payee code (ft any) Exemption from FATCA reporting code (if any) V"Pgo%to aa<n m r..'rNta cuf€1 faat.r! name 4rltl Yirkoesr, topeonaq EM Tax a_ ar Identification Number (TIN _ ...Y.........."". _-._..--......._... ..._....__ .. ............... � __.... Enter your TIN In the appropriate box. The TiN provided must match the name given on line 1 to avoid scef it security number backup withholding, For Individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on page 3. For other f entitles, it is your employer identification number (EIN), If you do not have a number, see Now to get a L.,, t -.... y.. TtN on page 3, or Note. If the account Is in more than one name, see the instructions for line 1 and the chart on page 4 for Erllflcyor F61-9 nur'nAor guidelines on whose number to enter- 7 f 7 d _1 01 5 I B (9 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA cods(s) entered on this form Of any) Indicating that i am exempt from FATCA reporting Is correct. Certification Instructions. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and genwal;y, payments other than interest and, tt' idofl(l ;, you ar w � rcquItod to sign the eertifleation, but you must provide your correct TIN. See the insiructfuns ren p ig(! 3, 1_" N _.- _., a __....... .._,...-. bignI Signature of Here U.S. person I - General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments, information about developments affecting Form W-9 (such as legislation enacted after we release It) Is at www,irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who Is required to file an Information return with the IRS must obtain your correct taxpayer identification number (TIM which may be your social security number (SEN), Individual taxpayer identification number OMN), adoption taxpayer identification number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return, Examples of Information returns Include, but are not limited to, the following: • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) e Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) ® Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) Date ® 2_ • Form 1099 (home mortgage interest), 1098-E (student loan interest), 1099-T (tuition) ® Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: i. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3, Claim exemption from backup withholding Ii you are a U,S, exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U,S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (If any) Indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information, Cat. No. 10231x Form W-9 (Rev. 12-2014) Ccs ' e -r Cowity Administrative Services Department Procure ;teat! Se.vc,es 0M. icn 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 $500,000 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 $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. The State of Florida, the Department, and the State of Florida Board of Trustees of the Internal Improvement Trust Fund, must be named as "ADDITIONAL INSURED" on the Insurance Certificate. 5. ® Other insurance as ® Watercraft $ 300.000 Per Occurrence noted: ® United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 300.000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 300,000 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 ® Professional Liability • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate $ Per Occurrence $1,000.000 Per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 31 ® Valuable Papers Insurance Per Occurrence ❑ 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, the State of Florida, the Department, and the State of Florida Board of Trustees of the Internal Improvement Trust Fund, 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. 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 3/22/2017 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 CB&I Environmental & Infrastructure, Inc. Date Consultant Signature Thomas Pierro Print Name Insurance Agency Lockton Companies, Inc. Dan Britton, Agent 816.960.9505 5/2/17 RPS CCNA Template_11032016 17-7128 — Doctors and Wiggins Pass Dredging 32 r CERTIFICATE LIABILITY DATE (MM/DD,YYYY) 7/1/20I7 6/24/2016 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, 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 LOCKTON COMPANIES CONTAC NAME: 444 W. 47TH STREET, SUITE 900 PHONE FAX I KANSAS CITY MO 64112-1906 "e Ma€�o.ENO;. _...._._......._..__.._.... .. _ . .............. ........ �. (816)960-9000 AODREss, m .INSURER{S1 AFFORDING COVERAGE NAIC If �.. X .. ._..... _._._.__._._. „.---.-,._.__.__..._ .....__, _...._ INSURERA (,TrCQ17W1�lTi mnwIQ QQinpay 22322 INSURED CIW E'NVIRONTAENTAL & INFRAS I RUCT'UR.E, INC.. INSURERS A,L",$peGlalty IT1SUra71,CB,�Q, 37885 1352875, _ ,317 . —P _'.. ,. ------- A SUBSIDIARY OF C1 1CAGO BRIDGE & [RON COMPANY AGGREGATE LIMIT APPLIES PER: I 4171 ESSEN LANE INSURER D BATON ROUGE LA 70809 $ 4,000 O00 twsuRER E _ .. _........__. ,... ..._ POLICY �J JEC7 LOC € INSURER F: I COVERAGES CERTIFICATE NUMBER I Ine'RA11) REVISION NLIMRFR- yyyvyyy 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. 11iSR1 ..__..__ .,. .,..__ ._..... ._._.._._ A7}61i8f1BR .. .. ........ ...... ...... .. ... ........... ....... .. _..,,.�.,.._ ..... ..................... ,. ..........,.... FF XP LTR TYPE OF INSURANCE POLICY NUMBER TIPASO:lL017YfYVVY MMLYYIYY LIMITS A X COMMERCIAL GENERAL LIABILITY 11 N ( N .= CGD7409489 .� CLAIMS -MADE OCCUR ( 7/1/2016 17/l/2017 '' EACH OCCURRENCE OPoSSA('ETl70Fli{=0 I PRFMtSLs IE&.,,tnrurrena) s 2 000,,000 $ 1000 QOQ �. X $RpAD_I=CjRM PIJ_ ..,._._...._......_..... MEDEXP(Any ane Person)....... s. 25,,000- -- X ....CONT. _LTAB,&XCU_.... . `, PERSONAL$,ADV.INJURY $ 2,000a1xI.,, 111-1-111111— GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 4,000 O00 y" POLICY �J JEC7 LOC € PRODUCTS, COMP/OP 42000 .. ,AGG$ .... $ OTHER: `7/1/2017 A AUTOMOBILE LIABILITYN N CAD7409490 w 7/1/2016 COMBINED SINGLE LIMIT �Ca a4cad>Intl $ 2 000 000 X ANY AUTO BODILY INJURY (Per person) $ XXXXXXX - ._ OWNED ' SCHEDULED AUTOS ONLY AUTOS ,....,. ....... BODILVIWURY(Par accident) _..�, .... $ XXXXXXX X HIRED NON OWNED X 3r , . PROPERTY DAMAGE PRO $ XXXXXXX AUTOS ONLY 'AUTOS ONLY " `. ._...�. ..._._.,. $ XXXXXXX L— UMBRELLA LIAB " OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS -MADE! I _. _ I AGGREGATE $ XXXXX,XX .w...,,. _ PED RETENTION$ $ XXXXXXX B WORKERS COMPENSATION ! AND EMPLOYERS' LIABILITY € I N CWD7409487 (AOS) YIN 7/1/2016 7/1/2017 PER OTH- X, STATUTE . __ ER B B .OFFICER/MEMBEREXCLUDED? ANY PROPRIETOR/PARTNER/EXECUTNE cw 74U 4ss N N/A INCLUDES STOP GAP 7/v2o16 7/1/2016 7/1/2017 7/1/2017 E.L. EACH ACCIDENT _ $ 11000"Q00, i (Mandatory In NH) _ L DISEASE- EA EMPLOYEE S 1.,000.000 If yes, describe under DESCRIPTION OF OPERATIONS below ! ( ! „E , E,L, DISEASE -POLICY LIMIT $ 1000 000 i ' 1 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Addldonal Remarks Schedule, maybe attached if more space Is required) THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER, MPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERM(S) REFERENCED, EVIDENCE OF INSURANCE COVERAGE l r-111 I IrIL.A I t 13056622 SAMPLE - CB&I E&I GL - 2M/4M; AU - 2M; WC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DATE (MMIDD/YYYY) " 7/1/2017 1 6/24!2016 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 LOCKTON COMPANIES CONTACT ..... .. 444 W. 47TH STREET, SUITE 900 PHONE -----------�j'' KANSAS CITY MO 64112 -1906E -MAIL ""-" -"' _1 LM; No) (816)960-9000 A„DRESS: INSURERISI AFFORDING COVERAGE NAIL S INSURED CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC. INSURERS: 1310869 A SUBSIDIARY OF CHICAGO BRIDGE & IRON COMPANY INSURER c : .............._........ 4171 ESSEN LANE INSURER D: BATON ROUGE LA 70809 ..�.._ _ COVERAGES CERTIFICATE NUMBER' 11415011 S] REVISION NUMBER-, YXk ii xyx 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. !NSR ADDL SUHR -POLICY EFF POLICY EXP TYPE OF INSURANCE LIMITS LTR POLICY NUMBER MM@D MMIDD. COMMERCIAL GENERAL LIABILITY ', NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX 1... .... ..... CLAIMS -MADE ._.. j OCCUR .PREM! ES"(,11;1frurrePce) .. ..,.. $ XXXXXXX j I MED EXP (Any one person)$ XXXXXXX PERSONAL &ADV INJURY $ XXXXXXX GEN`LAGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ XXXXXXX I,OLIC,Y X� �ECOT LOC PRODUCTS COMP/OPAGG �._ $ XXXXXXX OTHER' _I AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SIN 1,E LIMIT $ XX3{xxXX ...— ANY AUTO ' 3 BODILY INJURY Per person) $ XXXXXXX OWNED- SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Par accident) _ $ i{i�� - HIRED NON -OWNED j PROPI~f TY OAMAGE $ XXXXXXX e._._ AUTOS ONLY AUTOS ONLY j ..IP.®r pcldentj,---._. .............."„„,... ... ..... $ XXXXXXX E 'UMBRELLA LIAB € OCCUR NOT APPLICABLE I EACH OCCURRENCE $ XXXXX.XX ,...._-. CESS LIAB _______" ___.”. .CLAIMS -MADE AGGREGATE ,_..G $ XXXXXJ.X OED RETENTION $ C I $ XXXXXXX WORKERS COMPENSATIONE t NOT APPLICABLEST R OTH AND EMPLOYERS' LIABILITY y / N ANY PROPRIETORIPA13TNERIEXECUTIVEE OFFICER/MEMBER EXCLUDED? � N / A L EACH ACCIDENT '""""^ $ XX XXXX. (Mandatory In NH) E.L. DISEASE - EA EMPLOYEEI $ XXXXXXX If yes, describe under DESCRIPTION OF OPERATIONS below w..-- ._ ....____.._. _[[ E.L. DISEASE - POLICY LIMIT I _.:..,.......-__.... _ . ....__. $ XXXXXXX A = PROFESSIONAL N I N ! CE07446942 7/1/2016 17/l/2017 $2,000,000 PER CLAIM AND IN LIABILITY € THE AGGREGATE. DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be altechod If mars spa.cu is "uired) THIS CERTIFICATE Sl1PF..RBF..DES ALL PREVIOUSLY ISSUED CERTIFiCKI'ES FOR THIS HOLDER, APPLICABLE'PO filli CARRIERS LISTED AND THE POLICY TERMS) REFERENCED. EVIDENCE OF INSLIRANCF.. L.tK 111-H.:A 1 t rIULLJtK 1.rArdt.1t::LLA I IV1N 13482318 FSAMPLE - CEI&I E&I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PROF - 2M THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED © 1988015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD GOVIer County Administrative Services Department Pn-,-uwmvnf Services Dms,',n CB&I Acknowledges Receipt of Attachment 8 RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 33 COVIe-v Couvtly AdniinisuAve Services Depailimni Procummeni Services Division � 0- rTST rx-M CB&I Acknowledges Receipt of Attachment 9 RPS CCNA Template -11032016 17-7128 — Doctors and Wiggins Pass Dredging 34 Attachment 10 Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 The supplemental conditions contained inthis section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In 000eo ofdisagreement with any other section ofthis contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any ofthe work required under this Agreement, m copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor mgnaea to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and mnQu/uUona. and (iii) the subcontractor oho|| hold the Department and Recipient harmless against all n|ainoo of whatever nature arising out of the subcontractor's performance of mmrh under this Agmnament, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this ogmnanmenL For each subcontract, the Recipient oho|| provide m written statement to the Department as to whether the subcontractor is a minority vendor on defined inSection 2B8.7U3. Fla. GtmL Est 02/15 R4 Attachment 10: Supplemental General Grant Terms and Conditions CSFA 003/CFDA 97.036 1. Conflict of Interest - This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor's company or its affiliates. 2. Discriminatory Vendors — (1) No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance during the term of the contract. (2) Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 3. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the Federal or State Legislature, the judicial branch, or a federal or state agency. The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure 4. Record Retention — A. The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the State, or its authorized representatives access to such records for audit purposes upon request. B. In the event of litigation or settlement of claims arising from the performance of this contract, in which case contractor agrees to maintain same until the County, the FEMA Administrator, the Comptroller General of the United States, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related to the litigation or settlement of claims 5. Diversity — All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority 36 02/15 R4 Aftachment c Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. . Indemnity Provision - Indemnification shall be included in all contracts with contractors/subcontractors, consultants/sub-consultants who perform work in connection with this contract. "The Contractor shall indemnify, defend, save, and hold harmless the Florida Department of Environmental Protection and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers, agents, or employees." 7. Applicable Laws - The contractor shall comply with all applicable federal, state and local rules and regulations in providing services to the County. The contractor acknowledges that this requirement includes, but is not limited to, compliance with all applicable federal, state and local health and safety rules and regulations and that FEMA financial assistance may be used to fund the contract. As such, the contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 8. Scrutinized Companies — Pursuant Section 215.473, F.S. the Local Sponsor subcontractor certifies that it is not listed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and/or Scrutinized Companies with Activities in Israel List (eff. 10.1.2016). Created Pursuant to Subsection 287.135(5), F.S., the subcontractor agrees the County may immediately terminate this Agreement for cause subcontractor is found to have submitted a false certification or if the subcontractor is placed on the Scrutinized Companies list during the term of the Agreement. 9. Administrative, Contractual, or Legal Remedies - Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 10. Termination for Cause and for Convenience - This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (a) Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (b) An opportunity for consultation with the terminating party prior to termination. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in I (a) above. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but no amount shall be allowed for anticipated profit on unperformed services or other work, and any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. 37 02/15 R4 Attachment 10: Supplemental General Grant Terms and Conditions CSFA r• 97.036 Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall promptly discontinue all affected work (unless the notice directs otherwise) and deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. 11. Compliance with the Contract Work Flours and Safety Standards Act. - (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damage. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Flours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 12. Patents and Data - No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The grantor agency and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 13. Clean Air Act and Federal Water Pollution Control Act - (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable stndards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. 14. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 38 02/15 R4 Attachment Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." (5) The Contractor's debarment and suspension status will be validated by the County at the System for Award Management at www.sam.ciov and the State of Florida at htt :Iidms.m florida.com/business/o erations/states urchasin s ve 7tic r it f art atiot�. 15. Reporting - The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. 16. Access to Records — (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract." Pursuant to Section 20.055(5), F.S., the contractor will cooperate with the State of Florida's Inspector General in any investigation, audit, inspection, review, or hearing. 17. Energy Efficiency Standards - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 18, DHS Seal, Logo, and Flags - "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval." 19. No Obligation by Federal Government - The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 20. Program Fraud and False or Fraudulent Statements or Related Acts - The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract." 39 02/15 R4 Attachment 10.1: Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 'q11 !!!Iii�i 111`11r�'' :!111i� 014-11 ej M1 10 PE Vej:j :Mai �Qll I a] :1 *.11:193 I'll i-li M 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE, MANBE or VETERAN Participation Statement 4. Contractors Bid Opportunity List 5. Lobbying Certification 6. Drug Free Workplace 7. General Grant Clauses 40 02/15 R4 Attachment 10.1.: Supplemental General Grant Terms and Conditions CSFA 37.003_ /CFAA 97.036 COLLIER COUNTY Certification Regarding Debarment, Suspension, nod Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions ()Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Thomas Pierro Doctors and Wiggins Pass Dredging ]*lame Project Name Director of Operations 17-7128 Title Project Number CB&I Environmental & Infrastructure. Inc. 77-058-9932 Finn — — Tax ID Number 04-347-6810 DUN'S Number 2481 NW Boca Raton Blvd., Boca Raton, FL 33431 Street Address, City, Statc, 7 Signature 41 02/15 R4 Attachment "I SupplementalI1 97.036 COLLIER COUNTY Vendor Submittal ® Conflict of Interest Certification 17-7128 Collier County Solicitation No. I, Thomas Pierro , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Thomas Pierro Name Director of Operations Signatu 5/2/17 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C, App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. 42 02/15 R4 Attachment i Supplemental General Grant Terms and Conditions CSFA ii97.036 COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT CB&I Environmental & Infrastructure, Inc. 77-058-9932 TBD 15 THE PRIME A FLORIDA -CERTIFIED DISADVANTAGED, VETERAN? Y IS THE ACTIVITY OF THIS CONTRACT, MINORITY OR WOMEN BUSINESS ENTERPRISE DBE? Y N CONSTRUCTION ? Y Q (DBE/MBE/WBE)? OR HAVE A SMALL DISADVANTAGED BUSINESS BA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y N CONSULTATION? ® N ADMINISTRATION? ORA SERVICE DISABLED VETERAN? WBE? Y N. OTHER? Y rN SDB SAT Y IS THIS SUBMISSION A REVISION? Y NI IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL' BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE, MBE, WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VET, SMBBA NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER - ........ _­_...._......_._..... _... __......_......._......._........__....�....... DATE ....................M,_.,,,,.,,...M.....,,,,,,,........._.................,,,,,,......,................ TITLE OF SUBMITTER ._........-.... ....,. Thomas Pierro 5/2/17 Director of Operations EMAIL ADDRESS OF PRIME (SUBMITTER) TELEPHONE NUMBER FAX NUMBER thomas.pierro@cbi.com 561.391.8102 561.391.9116 NOTE: This Information Is used to track and report anticipated DBE or MBE participation in federally -funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. Black American( BA _ Hispanic American HA Native American NA Subcont. Asian American SAA Asian -Pacific American APA Non -Minority Women NMW Other: not of another listed _ 0_- D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT p (IFB/RFP-or PC/REQ) _ .. GRANT PROGRAM/CONTRACT ACCEPTED BY:DATE 43 02/15 R4 Attachment 10.1® Supplemental General Grant Terms and Conditions CSFA 37.003/CFDA 97.036 OR COMMODITIES AN PID OPPORTUNITY US F ' I) CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES Florida store es IFS), mvsrh4ve rhe ogE2avm4t gait ardif assistance. PYIM* C0ntT3ctor/Pnrn* ConstAtant: CB&I Environmental & Infrastructure, Inc. AbdMSand Phone Numtyer 2481 NW Boca Raton Blvd., Boca Raton, FL 33431 561.391.8102 Procurement Number lAdvertiSeffient Neanber- 17-7128 The list below d attended to be a listing of firms that are, or attempting to, participate on the project ritimberad abo-.w The I-Ist must inducle the firm b4tding or qtiotiiig as pnme, as well as subs and suppOiers quoting for participation. Prime contractors and conauftants must Provide information for Numbers 1, zz, i, and 4; and, should prow ide anymfoirnation they hve for Numbers 5, 6, 7, and E. Thms form must be submitted with the b,,,d package, 1- Federal Tax 10 Number: 77-058-9932 6, DOE Annual Gmss RaKOpls 2, Fism Name. CB&I Environmental & Infrastructure X Non -DOE _Lets than S 1 millian I- Phottel4umber, 561.391.8102 servieen 1-5 "ion A- address 2481 NW Boca Raton Blvd. set'x'aen S 5-10 mmion Boca Raton, FL 33431 T. swont'=.' bar"*en s 10-15 mifflion Subconsuftarn: More than $ 15 Million 5, Year Firm Established, 2002 1. Fedgrall Tax IDMumber, 6.B DOE ARMAI Gnm ROCeiptS 2, firm Name Nor'DOE _Less thain I MA".'an 3- Phone Number: aer&ieen 1-5 nallicm 4. Address _Sereiaen 5-10 mdjon StibContractoT —'setween iia -is fflgion subconsurtant moo than S is md-iian 5, Year Firm Established' 1. FedualTUMNUMber. G.B DOE 8. Annual GPM Peceqyts 2 firm Namc Non -DOE —Less than $ 1 mifficin 3,. Phone 3,4wnber: Oritmven 1-5 rrAion 4, Address Setween 5-10 mAian 7 SIAXOntlaicicil Bewi4enS ia-15 mililion e suboansurtaint more than $:15 in ion 5. Year Firm Established-, 1- Federal TaX ID Mrrvber: 6.[] DBE & Annual GMSS Receipts 2- Firm Name- Non -DBE _LetS than $ 1 MillIUM 3. Phone Number becNeen $ 1-5 "ion 4, Address Setvieer, S 5-10 mOlion 5vtContractm mWicin subronsvttant _between$10-15 Nioxe thane S is m4fficin 5, Year Firm Established: 44 02/15 R4 Attachment I Supplemental 1I 1 97.036 COLLIER COUNTY Certification Regarding Lobbying The undersigned CB&I Environmental & Infrastructure, Inc. (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form --LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, etseq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1) -(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Vendor/Contractor, CB&I Environmental & Infrastructure, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Thomas Pierro Name of Authorized Official Director of Operations Title Signature of Vendor/Contractor's Authorized Official 5�zrt' Date 45 02/15 R4 Attachment .: Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (l) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name CB&I Environmental & Infrastructure, Inc. Date 512117 Authorized Signature Address 2481 NW Boca Raton Blvd., Boca Raton, FL 33431 Solicitation/Contract 4 17"7128 46 02/15 R4 Attachment 10.1: Supplemental General Grant Terms and Conditions CSFA 1 - 97.036 ANAMIUMMM Scrutinized Companies Certification The undersigned CBM Environmental & Infrastructure, Inc. (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that it is not listed on the • Scrutinized Companies with Activities in Sudan List, ® Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and/or • Scrutinized Companies with Activities in Israel List (eff. 10.1.2016), pursuant to Section 215.473, F.S. The subcontractor further agrees the County may immediately terminate this contract for cause if the vendor/contractor is found to have submitted a false certification or is placed on the Scrutinized Companies list during the term of the contract. Thomas Pierro Name of Authorized Official Director of Operations Title 1-41 Signature. of Vendor/Contractor's Authorized Official 5/2/17 Date 47 02115 R4 Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268 4171 ESSEN LANE BATON ROUGE, LA 70809 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face, or because the genuineness of the document is uncertain, or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850) 521-0500, or write, Florida Board of Professional Engineers, 2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board@fbpe.org. Our website address is http://www.fbpe.org. Im "�• troxi RUN01" W, I" Expiration: 2/28/2019 Audit No: 228201902580 R Na FBPIH F LORIOA IiOAR D OF RRIN I SSRrNA1 i W INI 1 RS s, to offer engineering services Chapter 471, Florida Statutes. Business Search Page 1 of 1 FIND A BUSINESS OR INDIVIDUAL License / Complaint 'AS Lookup ika DIVISION Or CONSUMER SERVICES Name License (ex. LS9999) Phone City CB&I Environmental & Infrastr�� _........ _... s ...-. 3 .... _ _ ._... a County Program —..— ................ . W V ; v ❑ Limit results by Active status SEARCH CLEAR ALL Records Found : 1 File Complaint Search Results Sort By Filter By State,City Display per page NAME : A to Z ®1 <show All> ... 0 o v _.� ___---.� �, CBBJ ENVIRONMENTAL & INFRASTRUCTURE, INC. Complaints 0 4171 ESSEN LN ATTN AYANNAGINN, BATON ROUGE, LA 70809-2157 Phone 225-932-2549 Print License Type License# Issued Expires Status Surveyor Business LB8051 05/07/14 02/28/19 Active Survevor of Record LS5605 07/07/98 02/28/19 Active https://csapp.800helpfla,com/cspublicapp/businesssearch/businesssearch.aspx 4/5/2017 A& STATE OF FLORIDA DEPARTMENT i BOARD OF PROFESSIONAL GEOLOGISTS Pe 1940MONROE STREET TALLAHASSEE32399-0783 CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC. 4171 ESSEN LANE ATTN: EMILY HOLEVA BATON ROUGE LA 70809 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to Improve the way we do business in order to serve you better, For information about our services, please log onto www.myfloridalicense.com. There you can find more inrorrnation about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly: We constantly strive to serve You better so that you can serve your customers. "thank you for doing business in Florida, and congratulations on your new license! STATE OF FLORIDA x DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION G6409 ISSUED: 05/08/2016 GEOLOGY BUSINESS CB&I ENVIRONMENTAL& INFRASTRUCTURE, INC. IS CERTIFIED under the provisions of Ch 492 FS. Expiration date : JUL 31, 2018 L1605080001556 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS GB409 The GEOLOGY BUSINESS Named below IS CERTIFIED Under the provisions of Chapter 492 FS Expiration date: JUL 31, 2018 Is ficensed as a Pm Expiration: 2/28/2019 Audit No, 228201920498 R �ts that PiOro State of Florida l Board of Professional Engineers 2639 North Monroe Screet, Suite B-112 Tallahassee, FL 32303-5268 Tara Devine Brenner 3855 MAJESTIC PALM WAY DELRAY BEACH, FL 33445 State of Florida Board of Professional Engineers Attests that Tara Devine Brenner, P.E. is licensed ss n Pmfesslonal Engineer under Chapter 471, Florida Statutes Capl-d-2/28/2019 115. Le. N' A.Mh N.% 2282019089110 82005 =I �l Is licensed as a P Expiration: 2/28/2019 Audit NO: 228201908900 I BPL no longer requires that continuing education be reported by the provider. Instead licensees will be subject to a random audit no more than every four (4) years. If you are selected for the random audit, you must provide verification of one (1) hour of Florida laws and rules, one ('1) hour of professional ethics, four (4) hours of area of practice and twelve (12) hours in any topic pertaining to the practice of engineering, all taken prior to February 28, 2017• (See s. 471.017, Fl. Stat.) Any CF hours taken after I cbruary 28, 2017 will result in a $100 delinquent fee and your license being placed in a delinquent status until the additional fee is paid. sional En is that Brenner,] we X �N�-- InOI 4 o' Scare of Florida s# Board of Professional Engineers 2639 North Monroe Street, Suite B 112 Tallahassee, FL 32303-5268 Stephen Keehn 1111 GEORGE BUSH BLVD. APARTMENT H DELRAYBEACH, FL 33483 State of Florida Board of Professional Engineers Attests that Stephen Keehn, P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statute. EW -i— P.S. LW. No: Audi, No: 228201913139 31,80 NOTICE FBPE no longer requires that continuing education be reported by the. provider. Instead licensees will be subject to a random audit no more than every four. (4) years, if you are selected for the random audit, you must provide verification of one (1) hour of Florida laws and rules, one (1) hour of professional ethics, foilr (4) hours of arra of practice and twelve (12) hours in any topic pertaiiung to the practice of engineering, all taken prior to hebruary 28, 2017. (See s. 471•.017, Fi. Stat.) Any CF., hours taken after February 28, 2017 will result in a SS100 delinquent fee and your license being placed in a delinquent status until the additional tee is paid. orida Statc ot"" Is licensed as a Profe Expiration: 2/28/2019 Audit No: 228201916202 R 0 iii rem 194 U Florida Department of Agriculture and Consumer Services Division of Consumer Services Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 800HELPFLA(435-7352) or (850) 488-2221 JEFFREY LEE ANDREWS 2481 NW 2ND AVE BOCA RATON, FL 33431-6745 March 1, 2017 SUBJECT: Professional Surveyor and Mapper License # LS5805 Your application / renewal as a professional surveyor and mapper as required by Chapter 472, Florida Statutes, has been received and processed. The license appears below and is valid through February 28, 2019. You are required to keep your information with the Board current. Please visit our website at www,800helpfla.com/psm to create your online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website. If you have any questions, please do not hesitate to call the Division of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221. Detach Here t„ F Florida Department of Agriculture and Consumer Services Board of Professional Surveyors and Mappers LS5805 Professional Surveyor and Mapper JEFFREY LEE ANDREWS IS LICENSED under the provisions of Ch. 472 FS Expiration date: February 28, 2019 Detach Here Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.: LS5805 Board of Professional Surveyors and Mappers Expiration Date: February 28, 2019 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Statutes 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 required by Chapter 472, Florida Statutes. Florida Department of Agriculture and Consumer Services Division of Consumer Services Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 800HELPFLA(435-7352) or (850) 488-2221 MICHAEL LOWIEC 400 N RIVERSIDE DR APT 508 POMPANO BEACH, FL 33062-5049 March 1, 2017 SUBJECT: Professional Surveyor and Mapper License # LS6846 Your application / renewal as a professional surveyor and mapper as required by Chapter 472, Florida Statutes, has been received and processed. The license appears below and is valid through February 28, 2019. You are required to keep your information with the Board current. Please visit our website at www.800helpfla.com/psm to create your online account, If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website. If you have any questions, please do not hesitate to call the Division of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221. Detach Here Florida Department of Agriculture and Consumer Services Board of Professional Surveyors and Mappers Professional Surveyor and Mapper MICHAEL LOWIEC IS LICENSED under the provisions of Ch. 472 FS Expiration date: February 28, 2019 Detach Here Florida Department of Agriculture. and Consumer Services Division of Consumer Services License No.: LS6846 Board of Professional Surveyors and Mappers Expiration Date February 28, 2019 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Statutes ICHAEL LOWIEC 400 N RIVERSIDE DR APT 508 POMPANO BEACH, FL 33062-5049 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 required by Chapter 472, Florida Statutes.