Loading...
Agenda 01/09/2018 Item #16B 101/09/2018 EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners, acting as the Community Redevelopment Agency Board (CRAB), award RFP #17-7050 Bayshore Gateway Triangle CRA Redevelopment Plan Update to TOA Design Group, LLC in the amount of $142,730 and authorize the Chair to execute the attached contract. OBJECTIVE: On June 13, 2000, the Collier County Board of County Commissioners (BCC) adopted the Collier County Community Redevelopment Plan, which established the guidelines and framework to implement redevelopment strategies for the area. Since inception of the 2000 plan several projects have been implement and updates to the Collier County Land Development Code have been adopted. The vision for the area has evolved over time and there is a need to update the 2000 plan to reflect the current conditions and identify strategies to continue to redevelop the area. CONSIDERATIONS: On December 8, 2016 the Bayshore Gateway Triangle CRA, through the Procurement Services Division released a Request for Proposal (“RFP”) No. 17-7050 to 583 firms to update the redevelopment plan for the Bayshore Community Redevelopment Area. Fifty solicitation packages were downloaded. On January 11, 2017 four proposals were received: TOA Design Group LLC; Calvin, Giordana & Associates; Redevelopment Management Associates; and PMG Associates. The RFP was a non-Consultant Competitive Negotiation Act “CCNA” solicitation and the local vendor preference was utilized, as required by the Procurement Ordinance. The selection committee ranked TOA Design Group, LLC as number one and the local vendor preference was not a determining factor. The final scope and fees were negotiated as presented in the contract. The scope of the work is scheduled to be completed within 280 days from Notice to Proceed. FISCAL IMPACT: Funding for this project is in Fund 187, the Bayshore Gateway Triangle Trust Fund Y18 Budget Other Contractual Services. GROWTH MANAGEMENT IMPACT: The scope of the contract includes meetings with the Growth Management Staff and a task to recommend amendments to the Comprehensive Plan and Zoning Regulations necessary to further the updated goals and objectives. The final draft plan will be reviewed for consistency with the Collier County Comprehensive Plan. ADVISORY COMMITTEE RECOMMENDATIONS: The Bayshore Gateway Triangle CRA Advisory Board recommended approval of this item 8-0 at the November 7, 2017 meeting. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for approval. - SRT RECOMMENDATION: Recommendation to award RFP#17-750 to TOA Design Group, LLC in the amount of $142,730 from the Bayshore Gateway Triangle Trust Fund (Fund 187), Other Contractual Services budget; authorize the Chair to sign the attached contract, and declare the plan update as serving a valid public purpose. Prepared by: Debrah Forester, CRA Director ATTACHMENT(S) 1. 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (PDF) 2. [Linked] 17-7050 Tindale Oliver Design RFP Response (PDF) 16.B.1 Packet Pg. 391 01/09/2018 3. 17-7050 Final Ranking of Proposals (PDF) 4. 17-7050 Notice of Recommended Award (PDF) 5. RFP 17-7050 Solicitation (PDF) 6. RFP addendum #1 (PDF) 16.B.1 Packet Pg. 392 01/09/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.B.1 Doc ID: 4233 Item Summary: Recommendation that the Board of County Commissioners, acting as the Community Redevelopment Agency Board (CRAB), award RFP #17-7050 Bayshore Gateway Triangle CRA Redevelopment Plan Update to TOA Design Group, LLC in the amount of $142,730 and authorize the Chairman to execute the attached contract. Meeting Date: 01/09/2018 Prepared by: Title: – County Manager's Office Name: Debrah Forester 12/13/2017 12:11 PM Submitted by: Title: – County Manager's Office Name: Debrah Forester 12/13/2017 12:11 PM Approved By: Review: County Manager's Office Debrah Forester Director - CRAs Completed 12/13/2017 12:12 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/13/2017 1:46 PM Procurement Services Sandra Herrera Additional Reviewer Completed 12/14/2017 11:28 AM Procurement Services Ted Coyman Additional Reviewer Completed 12/18/2017 5:22 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/19/2017 3:52 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/21/2017 11:22 AM County Manager's Office Tim Durham Executive Director- Corp Business Ops Completed 12/26/2017 10:13 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/26/2017 2:25 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/26/2017 3:05 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 12/27/2017 9:21 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2017 2:01 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/09/2018 9:00 AM 16.B.1 Packet Pg. 393 16.B.1.aPacket Pg. 394Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 395Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 396Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 397Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 398Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 399Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 400Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 401Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 402Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 403Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 404Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 405Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 406Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 407Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 408Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 409Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 410Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 411Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 412Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 413Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 414Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 415Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 416Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) William L. Ball, Chief Operating OfficerDonald D. Latkovic, CFOJoel R. Rey, VP/Principal16.B.1.aPacket Pg. 417Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 418Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 419Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 420Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 421Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 422Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 423Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 424Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 425Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 426Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.a Packet Pg. 427 Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.a Packet Pg. 428 Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 429Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 430Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 431Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 432Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 433Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 434Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 435Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 436Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 437Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.aPacket Pg. 438Attachment: 17-7050 Bayshore Gatway_Agreement_CAO and_Vendor Signed (4233 : Bayshore CRA Redevelopment Plan Update) Selection Committee Final Ranking Sheet RFP #: 17-7050 Title: Bayshore CRA Redevelopment Area Plan Update Name of Firm Michelle Arnold Elly McKuen Chris Scott Ed Finn Anita Jenkins TOTAL Selection Committee Final Rank Tindale-Oliver 3 2 1 1 2 9 1.0000 Calvin Giordano & Associates 1 3 2 2 3 11 2.0000 Redevelopment Management Associates 2 1 3 4 1 11 2.0000 PMG Associate, Inc 4 4 4 3 4 19 4.0000 TOTAL Procurement Professional 4/6/2017 Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Brenda Brilhart, Procurement Strategist Page 1 of 1 16.B.1.c Packet Pg. 439 Attachment: 17-7050 Final Ranking of Proposals (4233 : Bayshore CRA Redevelopment Plan Update) 16.B.1.d Packet Pg. 440 Attachment: 17-7050 Notice of Recommended Award (4233 : Bayshore CRA Redevelopment Plan Update) REQUEST FOR PROPOSAL COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Brenda Brilhart (239) 252-8446 (Telephone) (239) 252-6697 (Fax) brendabrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.B.1.e Packet Pg. 441 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 2 Table of Contents LEGAL NOTICE .................................................................................................................................................................. 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ........................................................................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .......................................................................................................................... 7 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................................................................10 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP...........................................................................................13 ATTACHMENT 1: VENDOR’S NON-RESPONSE STATEMENT ...............................................................................................22 ATTACHMENT 2: VENDOR CHECK LIST .............................................................................................................................23 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................................................................24 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ....................................................................................................25 ATTACHMENT 5: AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ....................................................................27 ATTACHMENT 6: IMMIGRATION AFFIDAVIT CERTIFICATION ...........................................................................................28 ATTACHMENT 7: VENDOR SUBSTITUTE W – 9 .................................................................................................................29 ATTACHMENT 8: INSURANCE AND BONDING REQUIREMENTS ........................................................................................30 EXHIBIT A – SCOPE OF SERVCIES 16.B.1.e Packet Pg. 442 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 3 Legal Notice Sealed Proposals to provide Bayshore Gateway Triangle CRA Redevelopment Area Plan Update will be received until 3:00 PM Naples local time, on January 11, 2017 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Services to be provided may include, but not be limited to the following: Services to be provided shall include professional consultant services for the Update of 2000 CRA Redevelopment Area Plan, to include development of a Concept Plan with Objectives and Strategies, and an associated Implementation Plan; Economic Market Review and Development Analysis; Tax Increment Financing (TIF) Projections Update; Zoning Overlay Inclusion; and Capital Improvements Plan. A pre-proposal conference will not be held for this solicitation. All statements shall be made upon the official proposal form which may be obtained 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 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 December 8, 2016. 16.B.1.e Packet Pg. 443 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Bayshore Triangle Community Redevelopment Association (CRA) (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) 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. Brief Description of Purchase Services to be provided shall include professional consultant services for the Update of 2000 CRA Redevelopment Area Plan, to include development of a Concept Plan with Objectives and Strategies, and an associated Implementation Plan; Economic Market Review and Development Analysis; Tax Increment Financing (TIF) Projections Update; Zoning Overlay Inclusion; and Capital Improvements Plan. Detailed Scope of Work – See Exhibit A Term of Contract The county intends to negotiate an agreement with the number one ranked firm. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 12/8/2016 Last Date for Receipt of Written Questions 5:00 PM 1/4/2017 Pre-solicitation meeting N/A Addendum Issued By 1/6/2017 Solicitation Deadline Date and Time 3:00 PM 1/11/2017 Anticipated Evaluation of Submittals Week of 1/16/2017 Vendor Presentations if Required TBD Anticipated Completion of Contract Negotiations By 2/20/2017 Anticipated Board of County Commissioner’s Contract Approval By 4/30/2017 Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. 16.B.1.e Packet Pg. 444 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 5 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. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I: Cover Letter / Management Summary 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 Vendor's certification that the Vendor will accept any awards as a result of this RFP. Tab II: Approach and Understanding (Maximum 15 Points/6 Page Limit) - Rating will be based on an assessment of the proposer's knowledge and understanding of the nature of the work as necessary to achieve successful outcomes. Firms should provide methods used to complete the Tasks, a narrative of the proposer's understanding of the overall intent of this RFP. Identify any issues or concerns of significance that may be appropriate. Tab III: Expertise of Designated Staff (Maximum 15 Points/6 Page Limit) - Rating will be based on the ability of individuals on the proposed firm team to perform the scope of services. Resumes of key personnel, as provided, and information presented in this section will be evaluated for ranking the proposer under this item. Identify the location of the firm’s staff and indicate how they will ensure responsiveness to the required tasks. Identify any working relationships that may exist between the proposed project manager and other key personnel, including subconsultants. Cite previous projects on which the proposed team members have worked together and their respective roles. Should subconsultant(s) be listed as a part of the proposer’s team, the proposer shall provide a letter from each subconsultant that indicates the subconsultant’s intent to be a part of the team. Proposals submitted without the referenced letter(s) may result in the subconsultant qualifications being eliminated from the review process. Tab IV: Previous Performance on Similar Jobs (Maximum 25 Points/10 Page Limit) - Ratings will be based on the firm's experience and performance on similar projects and reference checks. The firm must demonstrate a minimum of five (5) years of acceptable professional experience with projects of similar type, size and scope. The proposer shall describe the firm’s, or designated team’s, experience on these projects, including the scope of services, tasks performed, and any related information, and shall furnish a minimum of five (5) project references, including contact names and titles, names of relevant agencies, telephone numbers and mailing addresses. Among the above references, the Proposer shall furnish the contact information for at least three (3) public agencies with whom the consultant has acceptably contracted for work within the previous ten (10) years. The proposer shall describe the firm’s, or designated team’s, experience on these projects, including the scope of services, tasks performed, and any related information, and shall furnish contact names and titles, names of the relevant agencies, telephone numbers and mailing addresses. Special consideration will be given to those firms whose references include successful completion of similar tasks as required by this RFP. Tab V: Office Location and Responsiveness (Maximum 5 Points/2 Page Limit) – Rating will be based upon apparent ease of contract administration and responsiveness. A proposer with all key personnel, including subconsultants located within Collier/Lee Counties will receive 5 points. Proposers 16.B.1.e Packet Pg. 445 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 6 with principal offices and/or key personnel including subconsultants not located in Collier/Lee Counties will receive fewer points. Tab VI: Ability to Complete on Time and Within Budget (Maximum 10 Points/10Page Limit) - Rating will be based on the proposer's approach to schedule control, proposer's current and projected workload, and available labor resources. Documentation of previous performance within this category including specific references will be a key factor in evaluation. Tab VII: Fee Proposal and Services (Maximum 20 Points/4 Page Limit) –Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in this RFP, proposed fee schedule of principals and staff (including sub- consultants). Information must be clear and concise, and breakout total price per task. Tab VIIl: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor 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. Tab IX: Required Form Submittals  Attachment 2: Vendor Check List  Attachment 3: Conflict of Interest Affidavit  Attachment 4: Vendor Declaration Statement  Attachment 5: Affidavit for Claiming Status as a Local Business  Attachment 6: Immigration Affidavit Certification  Attachment 7: Vendor Substitute W-9  Attachment 8: Insurance and Bonding Requirements  Attachment 9: Reference Questionnaire Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Approach & Understanding 15 Tab III, Expertise of Staff 15 Tab IV, Previous Performance 25 Tab V, Office Location & Responsiveness 5 Tab VI, Ability To Complete on Time Tab VII, Fee Proposal Local Vendor Preference 10 20 10 Total Possible Points 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 16.B.1.e Packet Pg. 446 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 7 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Vendors 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 If applicable, the purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors 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 RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors 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 Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be uploaded on the Procurement Services on line bidding system located on the following web site: www.colliergov.net/bid before 3:00 PM, Naples local time, on or before January 11, 2017. Provide adequate time to upload proposal on the web site, Vendor will receive confirmation that they uploaded their proposal. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor 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 16.B.1.e Packet Pg. 447 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 8 period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Evaluation of Proposals The County’s procedure for selecting is as follows: 1) The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2) The Request for Proposal is issued. 3) Subsequent to the closing date for the proposals, the Procurement professional will conduct a preliminary review of the proposals received and review each proposal to determine if it’s responsive to the requirements of the published RFP. 4) Selection committee meetings will be open to the public and the Procurement professional will publicly post notice of such meeting(s) in the lobby of the Procurement Services Division Building, County calendar and on the County’s Procurement Services Internet site. Public meeting dates and times should be posted with at least three (3) days in advance on the County’s website calendar. 5) Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form. Committee members will individually prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. Although it is a tool, the signed form will become part of the final procurement record. 6) At the scheduled selection meeting, the members will present their independent conclusions and comments based on their reading and interpretation of the materials presented to each other, and they may ask questions of one another 7) The Selection Committee reserves the right to hold oral presentations and establish a rank order for presentations. In any of the selection committee meeting deliberations, by consensus, members may request to invite firms in to clarify their proposals, ask for additional information, present materials, interview, and ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 8) Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. Once final rank is completed by the Committee, the public will be permitted to provide comments (limited to three (3) minutes). 9) After final consensus of the ranking, staff will subsequently enter into negotiations. Recommendation of contract award is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor 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 shall not be considered. 16.B.1.e Packet Pg. 448 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 9 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 10. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. 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 Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal from the second ranked firm or to re-advertise using the same or revised documentation, at its sole discretion. 16.B.1.e Packet Pg. 449 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 10 Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. 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. 3. 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 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. 4. 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. 5. 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 16.B.1.e Packet Pg. 450 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 11 delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6. 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 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. 7. 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. 8. 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 Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. 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 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. 11. 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). 12. 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. 13. Compliance with Laws 16.B.1.e Packet Pg. 451 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 12 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 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 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. 19. 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. 16.B.1.e Packet Pg. 452 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor 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 Vendor 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 Vendor waive against each other and the County’s separate Vendors, 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 Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, 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 Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor 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 the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor 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 Vendor’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 Vendor 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 Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 16.B.1.e Packet Pg. 453 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 14 Should at any time the Vendor 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 Vendor for such coverage(s) purchased. If Vendor 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 Vendor under this Agreement or any other agreement between the County and Vendor. 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 Vendor 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 Vendor 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 vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 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 Vendor’s facilities/project site during and after each work assignment the Vendor 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 vendor will have to sign a Collier BOCC County contract. 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 Vendor. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include:  Purchase Order Number 16.B.1.e Packet Pg. 454 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 15  Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. 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.” The County is going to make payment upon the completion of deliverables as identified in Schedule B – Basis of Compensation. 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. 16.B.1.e Packet Pg. 455 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 16 8. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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 Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 9. Licenses The Vendor 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 Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, 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, 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. 10. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor 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 Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 12. Termination Should the Contractor 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 16.B.1.e Packet Pg. 456 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 17 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. 13. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 14. Public Records Compliance 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. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A 16.B.1.e Packet Pg. 457 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 18 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. 16. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project may be precluded from submitting a Proposal as either a prime or sub- consultant. 17. Survivability The Consultant agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 17-7050 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. 18. Protest Procedures Any prospective vendor/proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Procurement Services Division on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime 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 16.B.1.e Packet Pg. 458 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 19 CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor 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 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-FMOPS@colliergov.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 Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 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, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration 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 16.B.1.e Packet Pg. 459 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 20 County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / 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 vendor’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. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 24. Collier County Local Preference Policy Collier County provides an incentive to local business to enhance the opportunities of local businesses in the award of County contracts. In the evaluation of proposals, the County rewards Vendors for being a local business by granting a ten (10) points incentive in the evaluation criterion points. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non- permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation proposers desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their 16.B.1.e Packet Pg. 460 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 21 status as a local business. Any proposer who fails to submit sufficient documentation with their proposal offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. For all purchases of commodities and services procured through a competitive proposal process and not otherwise exempt from this local preference section, the solicitation shall include a weighted criterion for local preference that equals 10 percent of the total points in the evaluation criteria published in the solicitation. Purchases of professional services as defined and identified under subsection 11B.2 (which are subject to Section 287.055, F.S.) and subsection 11B.3 (which are subject to Section 11.45, F.S.) shall not be subject to this local preference section. The vendor must complete and submit with their proposal response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a vendor to submit this Affidavit with their proposal response will preclude said Vendor from being considered for local preference under this solicitation. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 16.B.1.e Packet Pg. 461 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 22 Attachment 1: Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation #17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: ___________________________________________________________________________ _____________________________________________________________________________ _______________________________________________________________________ Other reason(s):_____________________________________________________________ _____________________________________________________________________________ _________________________________________________________________________ ___________________________________________________________________________ Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _______________________________________ Date ____________ 16.B.1.e Packet Pg. 462 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 23 Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: 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. Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ 16.B.1.e Packet Pg. 463 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 24 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: Bayshore Gateway Triangle CRA Redevelopment Area Plan Update 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. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________________ Signature and Date:_________________________________________________________________________ Print Name: _______________________________________________________________________________ Title of Signatory: __________________________________________________________________________ State of_____________________________________ County of ____________________________________ SUBSCRIBED AND SWORN to before me this ____________ day of __________________, 20__________, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Firm, OR who produced the following identification ________________________________________. __________________________________________________________ _____________________________ Notary Public Commission Expiration 16.B.1.e Packet Pg. 464 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 25 Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Dear Commissioners: The undersigned, as Contractor 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 Contractor 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 17-7050 - Solicitation Bayshore Gateway Triangle CRA Redevelopment Area Plan Update. . (Proposal Continued on Next Page) 16.B.1.e Packet Pg. 465 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 26 PROPOSAL CONTINUED 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: Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: _________________________________ Email _________________________________ 16.B.1.e Packet Pg. 466 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 27 Attachment 5: Affidavit for Claiming Status as a Local Business Solicitation: 17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_________ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Collier or Lee County Address: ___________________________________________________________ Signature: ____________________________________________ Title: ________________________ STATE OF FLORIDA COLLIER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this ____ Day of ______________, 20_____. _____________________________________________ Notary Public My Commission Expires: ________________________ (AFFIX OFFICIAL SEAL) 16.B.1.e Packet Pg. 467 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 28 Attachment 6: Immigration Affidavit Certification Solicitation: 17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / 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 vendor’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 Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor 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 vendor 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. Vendor 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 Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ____day of __________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 16.B.1.e Packet Pg. 468 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 29 Attachment 7: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City _______________________________________________ State ______________________________________ Zip ________________________________________________ Telephone __________________ FAX ______________________ Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company 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) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ 16.B.1.e Packet Pg. 469 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) Attachment 8: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form 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. 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. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $__________ Per Occurrence  $ 500,000 each claim and in the aggregate  $1,000,000 each claim and in the aggregate 16.B.1.e Packet Pg. 470 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 31  $2,000,000 each claim and in the aggregate Professional Liability $__________ per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate 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 7. Performance and Payment Bonds 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 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 11/18/2016 _______________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ 16.B.1.e Packet Pg. 471 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 32 EXHIBIT A “Bayshore Gateway Triangle CRA Redevelopment Area Plan Update” Services to be provided shall include professional consultant services for the Update of 2000 CRA Redevelopment Area Plan, to include development of a Concept Plan with Objectives and Strategies, and an associated Implementation Plan; Economic Market Review and Development Analysis; Tax Increment Financing (TIF) Projections Update; Zoning Overlay Inclusion; and Capital Improvements Plan. Updates to the plan shall capitalize on the proximity of the area to the City of Naples, State roadways that link communities together, as well as the Haldeman Creek waterway, which has access to the Gulf of Mexico. BACKGROUND On March 14, 2000, the Collier County Board of County Commissioners (BCC) made a finding of conditions of blight and adopted Resolution 2000-83 establishing the Community Redevelopment Agency (CRA). Florida statute requires all Community Redevelopment Areas to establish guidelines and framework for effective redevelopment. Pursuant to this requirement the Bayshore Gateway Triangle Redevelopment Plan (Plan) was created and formerly adopted on June 13, 2000. Since inception of the 2000 plan several updates to the Collier County Land Development Code have been adopted such as the Gateway Mixed Use Overlay District (GTMUD) and the Bayshore Mixed Use Overlay District (BMUD) to encourage live-work communities, artist’s villages, and cultural facilities, such as the Botanical Gardens that attracts over 217,000 visitors a year and serves as a destination to the redevelopment area. Over the last two years there has been a growing interest in uses that encourage entrepreneurial or start-up business development such as a Food Truck park and micro-breweries which may be a market that should be explored within the CRA District. With the evolution of uses there is a need to update the 2000 plan. SCOPE OF SERVICES Overview The Bayshore Gateway Redevelopment Agency hereby requests proposals, from firms or individuals, with credentials in planning, urban/suburban design, and economic development consulting services, who are interested in performing professional consulting and planning services to accomplish the following scope of services, including community outreach strategies and a stakeholder involvement process. The Redevelopment Area Plan scope shall include, but not be limited to: TASK I – Evaluate Existing Bayshore Gateway Triangle Redevelopment Plan The existing redevelopment plan shall be evaluated thoroughly to memorialize the current “Ground Truth” and the community engaged to determine what facilities, accommodations and services are desired or needed by the community in order to establish a GAP Analysis of what is adequate in the current plan and what is to be provided in the future plan to overcome the deficiencies of the current plan. The primary tasks and deliverables of Task I are as follows: Primary Tasks:  Conduct an in depth review/study (ground truth) of the current state of the CRA; 16.B.1.e Packet Pg. 472 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 33  Conduct at least 2 public workshops, as needed, to gather information regarding the public perception of accomplishments and shortcomings since the CRA inception; and the public demand or desire for future uses and overall community/neighborhood character.  Analyze the current residential and commercial markets including: o Demographics: past, present and projected evolution or objectives o Comprehensive parcel inventory to document existing conditions o Market potential and redevelopment opportunities to address GAPS in services/uses o Infrastructure development—necessary requirements and discretionary projects o Review connectivity potential between properties to determine best or most feasible opportunities for vehicular, pedestrian and bicycle connectivity and shared access, particularly for parcels within the Gateway Triangle portion of the CRA, and provide language and/or graphics in the LDC to identify and to incentives such interconnections or shared access potential through an access management master plan, which will require FDSOT approval, for access to state roadways. o Identify any opportunities for incentives, including Collier County (CRA) funding or for private public partnerships to establish preferred shared access locations, and additional transit stops and facilities.  Review existing Land Development Code (LDC) and Growth Management Plan (GMP) provisions specific to the Overlay, historical documents including existing plans, ordinances, and studies  Analyze effectiveness of the LDC and GMP in encouraging or supporting redevelopment of existing sites Task I Deliverables: 1. Written Report providing summary of community input and all research and analysis of the Primary Tasks above including the following categories:  Current Conditions or “Ground Truth”  GAP Analysis of status quo and what is missing to meet current and future community demands and desired future neighborhood character  Attributes and deficiencies of current LDC and GMP  Preliminary Recommendation of redevelopment opportunities, catalyst sites and projects to respond to GAP Analysis  Summary of infrastructure requirements necessary to meet anticipated growth and discretionary improvements to accomplish neighborhood character objectives  Demographic Analysis documenting evolution from inception to present day and future community/neighborhood objectives 2. Presentation of Task I Report and preliminary recommendations to the Community Redevelopment Agency (CRA) Advisory Board for public discussion and development of consensus regarding the GAP Analysis, preliminary redevelopment recommendations, updated CRA Plan goals, and community character objectives. An additional meeting with the CRA Board may be requested to obtain direction. 3. Document and memorialize Plan Objectives Arising from Number 2. 16.B.1.e Packet Pg. 473 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 34 TASK II – Bayshore Gateway Triangle Redevelopment Plan Update The existing redevelopment plan shall be updated incorporating the findings and analyses provided in the Task I Report, as adjusted to reflect the consensus arising from the presentation and public discussion in Task I item 2 above. Task II Deliverables: 1. Updated Bayshore Gateway Master Redevelopment Plan Drawing 2. Draft of amendments to the Zoning regulations necessary to further the updated goals and objectives. 3. Implementation Plan which outlines steps necessary to achieve the updated goals and objects and developing the identified catalyst projects 4. List of Infrastructure Improvement projects required by new Plan and estimated timing of such projects TASK—III Bayshore Gateway Triangle CRA Tax Increment Financing Projections Update Tax Increment Financing (TIF) Projections to reflect ground truth economic analysis performed in Task 1, and future growth projections for future build-out. Primary Tasks:  Review all historical TIF projection reports and analyses;  Review property inventory and economic analysis report to document project growth and increase in property values;  Review past, current and projected future county mileages; and  Conduct Economic market review and Development analysis. Task III Deliverables: 1. Develop assumptions regarding the timing and probability of new construction; 2. Develop assumptions regarding the future rate of appreciation; and 3. Develop a report that projects TIF 2015 – 2030 based on future growth. TASK IV - Bayshore Gateway Triangle Redevelopment Area Capital Improvements Plan Develop Capital Improvements Plan based on the research, study and assumptions. Primary Tasks:  Document proposed CRA projects and programs and develop a cost analysis and timeline to implement;  Collect Capital Improvement sources of data;  Develop Capital Improvements plan content;  Draft a Capital Improvements plan with the CRA; and Task IV Deliverables: 1. Create a 10-year Capital Improvement Plan to implement the updated Redevelopment Plan that addresses new and existing facilities. 16.B.1.e Packet Pg. 474 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 17-7050 Bayshore CRA Plan Update 35 TASK V - Bayshore Gateway Triangle Redevelopment Area Plan Update Approval Attend staff and Board meetings as required to achieve approval of the Plan. Primary Tasks:  Include all tasks in the updated draft Plan for review and approval;  Present the Plan to the public (one meeting);  Attend Growth Management Division review meetings, as required;  Present Plan to Collier Planning Commission, if required (two meetings); and  Present to Local CRA Advisory Board (one meeting);  Present to CRA/BCC Boards for final approval (one meeting). Task V Deliverables: 1. Prepare presentation material for all meetings noted in this task with sufficient time to receive staff review and approval; 2. Prepare executive summaries for Planning Commission and CRA/BCC meetings; and 3. Prepare a Final Updated Redevelopment Plan which includes all the components of Tasks I through IV. 16.B.1.e Packet Pg. 475 Attachment: RFP 17-7050 Solicitation (4233 : Bayshore CRA Redevelopment Plan Update) 1 ADDENDUM #1 Memorandum Date: January 10, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: RFP 17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation:  Attachment 9, Reference Questionnaire was inadvertently removed from the package. Please use the attached form. C: Jean Jourdan, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 16.B.1.f Packet Pg. 476 Attachment: RFP addendum #1 (4233 : Bayshore CRA Redevelopment Plan Update) 2 Attachment 9: Reference Questionnaire Solicitation: RFP 17-7750 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Change Orders - Dollars Added : _________________ Change Orders - Days Added: __________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 16.B.1.f Packet Pg. 477 Attachment: RFP addendum #1 (4233 : Bayshore CRA Redevelopment Plan Update) Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Table of Contents Tab I: Cover Letter/Management Summary 1 Tab II: Approach and Understanding 5 Tab III: Expertise of Designated Staff 11 Tab IV: Previous Performance on Similar Jobs 17 Tab V: Office Location and Responsiveness 27 Tab VI: Ability to Complete on Time and Within Budget 28 Tab VII: Fee Proposal and Services 31 Tab VIII: Acceptance of Conditions 32 Tab IX: Required Form Submittals Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 1 GREAT INSIGHTS. GREATER OUTCOMES. TAMPA ORLANDO BARTOW FORT LAUDERDALE BALTIMORE SEATTLE 1000 N. Ashley Dr. | Suite 400 | Tampa, FL 33602-3719 | (813) 224-8862 | Fax (813) 226-2106 www.tindaleoliver.com January 10, 2017 Collier County Procurement Services Division 3327 Tamiami Trail E Naples, FL 34112 Re: RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Dear Selection Committee: TOA Design Group, LLC (dba Tindale Oliver Design) is a subsidiary of Tindale-Oliver & Associates, Inc. formed to provide our CRA clients with staff experienced in redevelopment planning, urban design, and public finance. Our staff are known for their ability to not only assist our CRA and municipal clients in enhancing the character of their redevelopment areas, but also in positioning them to prosper in today’s economic climate. Experience in Preparation of Redevelopment Plans and Plan Updates Our past experience can attest to our ability to assist Collier County to realize a connected community that provides quality public spaces, neighborhoods, sufficient infrastructure (i.e., signage, gateways, beautification, parks and urban spaces, parking, utilities, transportation) and revitalization strategies that showcase Collier County’s Bayshore Gateway Triangle Community Redevelopment Area as a “desired destination.” Our staff are well-versed in Chapter 163, Part III, Florida Statutes, governing community redevelopment. In fact, our Principal- in-Charge and senior redevelopment planner has provided redevelopment planning services since 1991 and has been deemed a redevelopment expert by the Florida Court System. Furthermore, we are an active member of the Florida Redevelopment Association (FRA), and the proposed Deputy Project Manager for this contract, Evan Johnson, sits on the FRA Board of Directors. The following identifies Redevelopment Plans and Updates our firm and staff have completed: CRA Downtown Redevelopment Plan, Harbor Area, Destin, Florida CRA Downtown Redevelopment Plan Update, College Park/University Heights, Gainesville, Florida CRA Downtown Redevelopment Plan Update, DeLand, Florida CRA Downtown Redevelopment Plan Update, Kissimmee, Florida CRA Finding of Necessity & Redevelopment Plan, Casselberry, Florida CRA Finding of Necessity & Redevelopment Plan, US1, Edgewater, Florida CRA Finding of Necessity & Redevelopment Plan, Mascotte, Florida CRA Finding of Necessity & Redevelopment Plan, Ocoee, Florida CRA Finding of Necessity, Redevelopment Plan & Implementation Services, Orange City, Florida CRA Finding of Necessity & Redevelopment Plan, Bayfront CRA, Palm Bay, Florida CRA Finding of Necessity & Redevelopment Plan, Front Beach Road, Panama City Beach, Florida CRA Finding of Necessity & Redevelopment Plan, Parker, Florida CRA Finding of Necessity & Redevelopment Plan Update, St. Pete Beach, Florida CRA Master Plan Update & Implementation Services, Holly Hill, Florida Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 2 Tab I: Cover Letter/Management Summary Experience in Implementation of Redevelopment Plans The following identifies assignments we have completed for Florida redevelopment agencies either through continuing service or project specific contracts: CRA Corridor Plan, Hollywood/Pines, Broward County CRA Design Manual, Port Orange CRA Economic Strategic Action Plan, East Main Street, Lakeland CRA Form Based Code, Front Beach Road, Panama City Beach CRA Façade Design Program, Daytona Beach CRA Implementation Services (streetscape, signage, & transit facilities), Holly Hill CRA Implementation Services (park design, code review, streetscape design, signage design, and trails planning), Orange City CRA Design Standards Manual, Kissimmee CRA Parking Master Plan, Dunedin CRA Parking Master Plan, Orlando CRA Plaza, Parks, Streetscapes, New Smyrna Beach CRA Plaza, Parks, Streetscapes, Orlando CRA Neighborhood Action Plan, Beal Parkway, Ft. Walton Beach CRA Neighborhood Land Use Plan, Belmont-DeVillers, Pensacola CRA Neighborhood Plan Update, Old Southeast Neighborhood, St. Petersburg CRA Streetscapes, Fort Myers CRA Streetscape Standards and Design, Front Beach Road, Panama City Beach CRA Urban Design Assessment, Master Plan & Gateways Design, Avon Park CRA Visual Master Plan, Gainesville CRA Wayfinding Signage, Tallahassee Our Team Tindale Oliver Design has teamed with Amec Foster Wheeler’s local Collier County office to provide support in the assessment of the built environment and underground utilities and with Michael Lauer Planning to support the review of the County’s Land Development Code (LDC) and review of the inclusion of the Zoning Overlay District. The following are benefits of selecting our team as your professional CRA planning consultant: Our significant and current experience with redevelopment planning and implementation provides us with hands-on knowledge of best management practices, ensuring that recommended strategies are creative, realistic, and implementable and are tailored to Collier County’s redevelopment and urban design needs. Our approach to market analysis and economic development, as a part of building a successful CRA Implementation Plan, will focus on actual market conditions in the CRA and county as a whole, with emphasis on designing projects and programs of appropriate scale to encourage market investment, identify realistic and creative strategies for potential infill/redevelopment, and maximize public return on capital and other investment. Our expertise in creative urban design, comprehensive planning, land development code updates, transportation and pedestrian safety, and complete streets will facilitate the creation of thoughtful, attractive urban spaces and innovative solutions to key mobility challenges (i.e., vehicular flow, bicycle, pedestrian, parking, streetscape). Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 3 GREAT INSIGHTS. GREATER OUTCOMES. TAMPA ORLANDO BARTOW FORT LAUDERDALE BALTIMORE SEATTLE 1000 N. Ashley Dr. | Suite 400 | Tampa, FL 33602-3719 | (813) 224-8862 | Fax (813) 226-2106 www.tindaleoliver.com Our staff are trained and experienced in facilitating a dynamic planning process that addresses the needs of the Collier County. Perhaps most important, we are good listeners. We have a successful record of creative approaches to engaging the public and expect that area business and property owners and residents will have much to say and strong opinions about the future of the Bayshore Gateway Triangle Redevelopment Area. We Have Extensive Related Local Knowledge Tindale Oliver has a longstanding relationship with Collier County of nearly 25 years, generating extensive local knowledge that will directly contribute to the success of this CRA Plan Update. Our firm has provided professional services for the County’s impact fees programs (except utilities) since 1990, prepared the County’s 2011 Parks Master Plan, and led several large-scale planning studies, such as the Master Mobility Plan. This experience provides a strong foundation of knowledge related to the County’s infrastructure, transportation, transit, public safety, and parks system. We are familiar with past and current demographic trends within specific areas of the county, economic development, infrastructure needs, changing levels of service, and capital funding trends. Cost/Fee for Service Our cost/fee to update the Bayshore Gateway Triangle CRA Redevelopment Area Plan is located under Tab VII: Fee Proposal and Services of this submittal. Our cost/fee to update the Bayshore Gateway Triangle CRA Redevelopment Area Plan can range in cost based on available data, degree of public involvement, and complexity of the final deliverable desired by the CRA. We understand the County has requested an idea of the cost of service proposed for information purposes and that the final scope and fee will be negotiated with the selected consultant. Ability to Perform Services on Time and Within Budget The Tindale Oliver Design Team is committed to providing Collier County with the highest-quality service in a timely manner. Based on the scope of services provided under Tab II: Approach and Understanding of this submittal, we estimate the CRA Redevelopment Plan can be updated and adopted within 8–9 months. Understanding of Challenges & Opportunities for the Community Redevelopment Area We have reviewed the specifications and proposal requirements, and other documents pertaining to the goal of updating the 2000 Bayshore Gateway Triangle CRA Redevelopment Area Plan to address all aspects of redevelopment including, but not limited to the following: Assessment of the Blight Study and 2000 Redevelopment Plan for the Bayshore Gateway Triangle CRA Community Redevelopment Area and annual reports, and staff discussions to determine the projects completed and the objectives met since the time of adoption. We will also review the Plan as it relates to current requirements in the Florida Statutes. Full physical assessment or “Ground Truth” of the CRA including the existing built environment and land uses, vacant land analysis, and existing public uses and open spaces and make recommendations on their enhancements. GAP Analysis as it relates to the identifications of elements missing to achieving the CRA’s goals and objectives. The analysis will also evaluate the attributes and deficiencies of the County’s LDC and GMP as it relates to optimizing redevelopment for the District. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 4 GREAT INSIGHTS. GREATER OUTCOMES. TAMPA ORLANDO BARTOW FORT LAUDERDALE BALTIMORE SEATTLE 1000 N. Ashley Dr. | Suite 400 | Tampa, FL 33602-3719 | (813) 224-8862 | Fax (813) 226-2106 www.tindaleoliver.com Demographic analysis and TIF forecasts based on community growth and desired redevelopment. Creation and implementation of a Community Outreach Plan to gain an understanding of historic conditions, desired changes, and to build support for proposed redevelopment initiatives. Public Involvement will include interviews, developer forums, opinion survey, and community forums. Update/development of vision, mission, goals, objectives and policies to reduce blight and enhance economic development opportunities. Identification of catalyst redevelopment projects and potential updates to the economic development incentives. Creation of an Implementation Plan to include a 10-year capital program and operating budget. Potential funding sources will be identified for CRA programs, projects, and maintenance activities. Coordination of Plan adoption activities. Preparation of the Redevelopment Plan Update and associated documents to meet Chapter 163, Part III, Florida Statutes. Location The work to be performed for this contract will be done primarily by staff in our Tampa office with support from our Orlando office, and staff that reside within Collier County. In addition, as stated earlier Amec Foster Wheeler’s Collier County office will provide infrastructure assessment and cost estimating support. Tab V: Office Location and Responsiveness provides the addresses and location map of our offices. Acknowledgement of Addenda As of the date of this submittal, we have received no addenda. Authorized Officer I, Virginia L. Corless, am a Principal and Vice President of Tindale Oliver Design and have full authorization to execute agreements on behalf of the firm. We look forward to the opportunity to serve Collier County. We have great confidence in our redevelopment planning and urban design team and are confident we can bring creative, responsive, and appropriate solutions to the challenges presented within the Redevelopment Area and the areas’ residents, business owners, and development community. Sincerely, Virginia “Ginger” Corless, AICP, CPRP Principal/Vice President Tindale Oliver Design 1000 North Ashley Drive, Suite 400 Tampa, FL 33602-3719 gcorless@tindaleoliver.com 813-224-8862, ext. 2228 State of Incorporation: Florida Michael@MichaelLauerPlanning.com January 19, 2016 Re: RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Plan Update Collier County Dear Mr. Coyman: Michael Lauer Planning, LLC has a strong working relationship with Tindale Oliver and seeks to continue that relationship on Collier County’s Bayshore Gateway Triangle CRA Redevelopment Plan Update. Please accept this correspondence as o ur “Statement of Intent” to provide Tindale Oliver redevelopment planning and land development code expertise on the above-referenced project. Please contact me if you have any questions or need any additional information. I look forward to the opportunity to work with Collier County Sincerely, Michael Lauer, AICP - Principal 2105 South River Road Melbourne Beach, FL 32951 Tel – 321.549.3005 Amec Foster Wheeler Environment & Infrastructure, Inc. Commerce Center 281 Airport Road South, Naples, Florida 34104 Main: 239.643.4747 Fax: 239.643.4750 Cellular: 305.586.6594 January 6, 2017 Re: RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Plan Update Collier County Dear Mr. Coyman: Amec Foster Wheeler has a strong working relationship with Tindale Oliver and seeks to continue that relationship on Collier County’s Bayshore Gateway Triangle CRA Redevelopment Plan Update. Please accept this correspondence as our “Statement of Intent” to provide Tindale Oliver planning and engineering support services on the previously referenced project. Please contact me if you have any questions or if additional information is needed. Sincerely, AMEC FOSTER WHEELER ENVIRONMENT & INFRASTRUCTURE, INC. Nestor Fernandez, CPM Naples Branch Manager/ Senior Program Manager Distributions: Addressee (1) File (1) Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 5 Tab II: Approach and Understanding Project Understanding The Bayshore Gateway Triangle CRA wishes to update the Redevelopment Area Plan to not only meet the requirements of Florida Statutes, Chapter 163, Part III, but also to continue its work in creating a unified vision for the CRA while identifying new redevelopment strategies, projects, and programs that “enhance economic development and quality of life within the CRA by eliminating blight conditions and facilitating community partnerships, business growth, job creation, and neighborhood rehabilitation.” The CRA Redevelopment Area Plan Update is an important initiative that will continue to leverage the community and economic assets that currently lie within the CRA to create an environment ripe for growth and development. This Plan will balance the needs of future growth, reinforce sustainable practices, and enhance the quality of life within the area by testing and building upon CRA’s following goals: Provide accountability and transparency Continue to identify and update community priorities Promote public safety & security Encourage economic development & revitalization Improve infrastructure to meet needs of existing and new residents Innovative land development and growth management planning Improve community character Encourage adaptive reuse and rehabilitation of buildings Eliminate substandard housing & promote new housing Beautification Create interconnections and a friendly pedestrian/bicyclist community Continue to create partnerships Inter-local intergovernmental coordination Identify and establish entrances and gateways Promote CRA owned land for development of catalyst project We have reviewed the County’s RFP, the 2000 Redevelopment Plan, and Annual Reports and performed a brief review of the Comprehensive Plan and LDC relating to redevelopment with the Bayshore Gateway Triangle Community Redevelopment Area. We applaud the County and CRA for the implementation of strategic planning projects, including the adoption of the Gateway Mixed Use Overlay District and the Bayshore Mixed Use Overlay District, to encourage dynamic communities for people to work, live, and play. We understand the CRA and community have expressed an interest in other sustainable and alternative initiatives to encourage entrepreneurial development. The Tindale Oliver Design Team has the credentials to provide all the services identified in the County’s scope of services for this contract including planning, urban/suburban design, economic development and public financing. Furthermore, we excel at innovative interactive community outreach activities specifically for redevelopment initiatives. Based on our understanding and our expertise in preparing community redevelopment plans and updates, we offer the following approach and scope of work. Scope of Work: Task 1: Bayshore Gateway Triangle CRA Plan Update This Update will provide a specific, focused Implementation Plan reflecting an assessment of recent planning efforts and initiatives that have been completed, current land value and market trends, and revitalization strategies for area improvement. The Update also will identify infrastructure investments and strategies that can be made to improve the physical infrastructure and economic environment within the CRA. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 6 Tab II: Approach and Understanding The specific purpose of the CRA Redevelopment Area Plan Update will be to analyze current and anticipated economic conditions, engage in interactive community outreach sufficient to understand the perspectives of those who live, work, and visit the CRA, and identify a consensus-driven, clear, and concise action plan for redevelopment efforts, investments, and initiatives for this Update. Project Coordination Kick-Off Meeting The Tindale Oliver Design Team will plan for, facilitate, and document a kick-off meeting with County and CRA staff to review and reaffirm the CRA’s needs/objectives, discuss project schedule, and review any additional data needed from various County and/or government agencies. Prior to the kick-off meeting, we will commence data collection and prepare and submit a data request for additional information needed from the County. We will draft the meeting agenda and submit it to the CRA’s project manager prior to the kick-off meeting. Regular Coordination Meetings The Tindale Oliver Design Team will schedule progress meetings with the CRA project manager or his/her representative to discuss project progress. For the purpose of budgeting, six coordination meetings will be scheduled; of note is that three of these may be held via telephone or video conference. Task 1. Evaluate Existing Bayshore Gateway Triangle Redevelopment Plan We understand the purpose of this task is to document and evaluate current conditions within the CRA and validate future direction through an active community outreach program. 1.1 Plan and Policy Assessment The purpose of this subtask will be to review/assess existing plans and policies currently guiding redevelopment/ development within the CRA. These plans/policies will include, but are not limited to the following: 1999 Blight Study 2000 Redevelopment Plan CRA Annual Reports since 2000 CRA Board Meeting Minutes FY 2016–2017 CRA Capital Improvement Plan FY 2016–2017 Operating Budget Review of current and past residential and business commercial programs Collier County Comprehensive Plan Existing land development regulations Information on planned or proposed CRA projects and programs A review of the previous 5 years CRA revenues A review of historical data regarding previous TIF projections A review of planned projects, programs and services provided by other County departments and agencies within the CRA for potential partnering opportunities Other pertinent documents identified through discussions with staff and stakeholders 1.2 Fieldwork Conditions Assessment Following document review and the project kick-off meeting, the Tindale Oliver Design Team will conduct fieldwork to document existing conditions and potential investment opportunities within the CRA. This assessment will identify and document existing elements, including: Unique urban design/public realm design elements Community Character Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 7 Tab II: Approach and Understanding Historic structures/sites Roadway facilities/conditions Bicycle/pedestrian facilities and conditions Inventory of existing land uses and businesses within the CRA Business tenant mix Land-use patterns including vacant sites and occupied and unoccupied structures Sites and/or potential structures with potential for increased density/intensity and/or mixed use development Assessment of conditions on the CRA fringe 1.3 Mapping Building upon the existing conditions assessment and information provided by the CRA/County, the Tindale Oliver Design Team will create maps and graphics summarizing issues and opportunities within the CRA, with a specific focus on the following: General base map of the CRA using ArcGIS software for use in future planning activities Map identifying the location of occupied and unoccupied structures, location of vacant undeveloped sites, and sites or structures with the potential for mixed-use and more intense development Unique design treatments and attributes that should be protected/enhanced Identification of existing parks, plaza and open space Traffic and bicycle/pedestrian safety concerns Land use transitions between commercial cores/notes and residential neighborhoods Housing conditions and opportunities Parking and access conditions, including utilization, lot conditions, etc. Other potential issues – stormwater, utility infrastructure, etc. 1.4 Demographic and Trends Assessment The Tindale Oliver Design Team will evaluate existing demographic data within the CRA and will run future projections. In addition, we will evaluate building and development trends within the CRA and region to assess opportunities for future redevelopment initiatives. 1.5 Stakeholder Interviews Six stakeholder interviews will be held with local business/property owners within the CRA to better understand local needs and economic conditions. CRA staff will select the interviewees. These interviews will be held by phone or in person, whenever possible. To maximize efficiency, the stakeholders may be organized into two small groups. 1.6 Community Outreach Forums Two public workshops will be held in support of Plan Update efforts. The first will be held to discuss the overall intent of the Update and seek input regarding refining community objectives and the identification of potential projects and programs within the CRA. The second will be held following the development of projects and initiatives recommended for inclusion in the plan. This approach will allow for the community to set the overall planning framework early in the process and to review/assess proposed projects, plans, and initiatives before the draft and final plan documents are written. 1.7 Update Community Objectives The Tindale Oliver Design Team will evaluate the Strategic Priorities and CRA’s planning and programming initiatives. Through an assessment of the existing conditions, evaluation of opportunities, discussions with staff and the CRA Board of Directors, and public input, we will update the CRA community objectives, resulting in guiding principles to base the CRA Plan Update. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 8 Tab II: Approach and Understanding 1.8 Project Identification and Conceptual Plan Framework Based on the information gathered during the existing conditions analysis and the community visioning process a comprehensive listing of potential projects, strategies, and initiatives will be identified for inclusion within the Redevelopment Plan Update. In addition, this task will include the development of a plan outline and framework for the planning document that will be discussed/refined with input from staff. The potential project, strategies, and initiatives identified will be focused on the topic areas described as follows. Transportation Connectivity To encourage the development of a more functional, walkable, and inviting CRA, we will address overall transportation patterns and transit, bike, and pedestrian connections both within the CRA and to key assets and attractions outside the CRA. The Tindale Oliver Design Team will identify a conceptual plan to create friendly and safe connections. Parking Assessment & Strategies This subtask will include an inspection of the existing parking within the CRA. Parking areas will be mapped, and deficiencies, if any, will be identified. This task will include a conceptual parking plan. Infrastructure Needs This subtask will include the identification of additional infrastructure needs that should be addressed within the CRA. These needs could include those identified as a result of aging infrastructure or improvements needed due to increasing system caused by increasing development densities/intensities as a result of infill and redevelopment activities within the CRA. Recommendations for potential projects will be made based on a cursory assessment of existing data sources, staff discussions, public input, and fieldwork. Land Use and Urban Design Strategies This subtask will include the identification of specific policy and regulatory strategies that should be put in place to encourage the evolution of the CRA’s Strategic Priorities and Community Objectives. These recommendations will build upon the data/analysis and identify specific changes to the Comprehensive Plan and/or Land Development Code that should be undertaken to encourage the development of the desired look and feel within the built environment of the CRA. Vacant Parcels Strategy and Identification of Catalyst Sites Based on the assessment of the vacant parcels and structures within the CRA, the Tindale Oliver Design Team will identify strategies regarding infill development and opportunities for specific sites to be redeveloped to serve as a catalyst for surrounding development. Streetscape, Parks, and Aesthetic Improvements The CRA has invested greatly in improving the public realm. To continue this objective, projects and programs will be identified to further enhance the CRA’s aesthetic elements for streets, rights-of-way, parks, and open spaces. Development Incentives and Other Strategies The CRA has a strong foundation in offering business and residential incentives and programs. To be successful and fulfill its long-term vision, the limited resources of the CRA must continue to be leveraged in a way that effectively attracts and retains private-sector investment. This investment increases economic activity, brings jobs, and increases property values, which will augment the resources of the CRA and the County as a whole. To attract this investment, the CRA should continue its practice of offering a variety of incentives to encourage new development and retain existing businesses and residents. The CRA’s current initiatives will be reviewed, and recommendations will be made regarding retaining them, enhancing them, or phasing them out. 1.9 Existing Conditions Summary Report The Tindale Oliver Design Team will prepare a written summary with supporting graphics to summarize research, field assessment/Ground Truth and community input. As stated in the County’s RFP the report will contain at minimum the following: Current Conditions or “Ground Truth” Gap Analysis LDC and GMP Assessment Demographic Analysis Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 9 Tab II: Approach and Understanding Summary of Infrastructure Requirements Preliminary Recommendations 1.10 Presentation of Task 1 Report The Tindale Oliver Design Team will present the findings from Task 1 to the Community Redevelopment Agency Advisory Board for public discussion and to reach consensus regarding the GAP Analysis, preliminary redevelopment recommendations, updated CRA Plan goals, and community character objectives. 1.11 Final Report The Task 1 Final Report will be updated based on direction received from the Community Redevelopment Agency Advisory Board. Task II. Redevelopment Plan Preparation Once potential projects and initiatives have been identified and vetted by the Community Redevelopment Advisory Board, the Tindale Oliver Design Team will prepare the Draft Plan based on input received from CRA/County staff and through analysis described in the work tasks. The Draft will clearly articulate the goals and measurable objectives of the plan and identify all the projects and initiatives developed to accomplish the CRA Mission, Strategic Priorities, and Community Objectives as refined through this update process. The Draft Plan will be submitted for review and comment to staff prior to taking it to the public and other agencies for approval. The Plan, at minimum, will include the following: Updated Redevelopment Plan Conceptual Diagram Draft amendments to the Zoning regulations necessary to further the updated goals and objectives Implementation Plan that outlines steps necessary to achieve the updated goals and objectives and to implement the identified catalyst projects List of infrastructure improvement projects required by the Plan Update and estimated timing of each. This will include an assessment for the County to fund with CRA funds vs. general departmental activities that could be used as resources within the CRA. Task III. Bayshore Gateway Triangle CRA Tax Increment Financing (TIF) Projections The Tindale Oliver Design Team will review the tax increment revenues collected by the CRA since establishment to gain an understanding of collections and set a baseline for future projections. This is important to note, for other firms will only look at the previous five years. Due to the “Great Recession” baselines can not be set based on the previous 5-10 years work of data. We will conduct a focused review of the market characteristics of the CRA that will include an updated assessment of macroeconomic and microeconomic conditions. The assessment also will include an evaluation of commercial opportunities in the CRA. Based on the assessment of future development, growth, and the projects, programs, and strategies identified in this update, the Tindale Oliver Design Team will calculate revenue projections and develop a summary assessment and forecast of economic conditions to provide generalized guidelines of market potential and land use options for the CRA. In essence, the analysis will establish parameters that outline “the art of the possible” for potential uses that display synergistic relationships with the larger economy while focusing on the unique size and balance of uses within the CRA. Using data from the market assessment to forecast development and redevelopment goals, Tindale Oliver Design will create TIF projections based on low-, medium-, and high-growth scenarios to help the CRA Board of Directors, the County, and the public understand the potential revenues available for redevelopment activities for the remaining life of the CRA. Alternative Funding Strategies TIF revenues should not represent the only source of funding; as part of the planning process, specific recommendations will be made that will most effectively maximize the return on investment (ROI) for every dollar spent. This approach also will include recommendations on how to use the CRA’s resources to create public/private partnerships that leverage multiple sources of funding to complete projects. Grants and other alternative funding programs will be identified based on specific projects and programs that may be identified in the Plan Update. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 10 Tab II: Approach and Understanding Task IV. Capital Improvement Plan & Funding Strategies Based on review of the previous and current capital improvement plan for the CRA, observations, discussions with staff, and public input, the Tindale Oliver Design Team will update the CRA’s capital plan through remaining Plan duration, ensuring the Plan meets the requirements of Florida Statutes, Chapter 163, Part III, governing redevelopment areas. The capital improvement plan will identify all sources of potential funding (i.e., TIF, grants, general revenue, impact fees, public-private partnerships, and public-public partnerships) for a specific projects, not just CRA increment revenues. Task V. Bayshore Gateway Triangle Redevelopment Area Plan Update Approval Following receipt of final staff, CRA Board of Directors, and County Commission comments on the Draft Plan, a Final Plan document will be prepared and submitted to the County for final adoption. The Tindale Oliver Team will support the CRA/ County staff with the adoption process for the Plan Update. Activities for this task will include the following: Preparation of all presentation materials for all meetings noted in this task Provide CRA/County staff ample time for review Prepare Executive Summary for Planning Commission and CRA/BCC meetings Prepare final Updated Bayshore Gateway Triangle Redevelopment Plan Update Document which includes all components of Tasks I through Task IV. Assist in drafting and taxing authority notices and advertisements for Plan Update Adoption Assist in preparation of resolutions/ordinances necessary for updating CRA Plan Attend meetings with Growth Management Division (up to 4 meetings) Present Plan Update to public (1 meeting) Present Plan Update to Collier Planning Commission (up to 2 meetings) Present Plan Update to CRA Advisory Board (1 meeting) Present to CRA/BCC Board for final adoption (1 meeting) Timing and Phasing We expect that worked identified in Task 1 – Plan Update can be completed within 8–9 months from the receipt of the Notice to Proceed and that the approval process will take 2–3 months based on the ability to be placed on local agency agendas. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 11 Tab III: Expertise of Designated Staff The following section details the management and members of the Tindale Oliver Design Team that will provide professional services to complete the Collier County Bayshore Gateway Triangle CRA Redevelopment Area Plan Update. The team chart below illustrates the structure and hierarchy of our team. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 12 Tab III: Expertise of Designated Staff Tindale Oliver Design The following provides summarized professional biographies of the Tindale Oliver Design Team assigned to this contract and their task/role in completing the Collier County Bayshore Gateway Triangle CRA Redevelopment Area Plan. Steve Tindale, AICP, P.E. Role: Principal-in-Charge With more than 45 years of experience, Steve’s primary expertise is in planning, designing, and managing public infrastructure projects. His extensive municipal experience enables him to provide global guidance and quality control to municipal planning projects. Other areas of expertise include impact fee studies, land-use trip characteristic studies, community development systems, comprehensive plans, public facilities planning, capital budgeting, municipal finance, and project implementation. Steve is the managing principle for the firm’s Community Planning and Design Solution Area/Tindale Oliver Design. Virginia “Ginger” Corless, AICP, CPRP Role: Contract Manager/Day-to-Day Contact Ginger will serve as the Contract Manager and Day-to-Day Contact for the Collier County Bayshore Gateway Triangle CRA Redevelopment Area Plan. She will also facilitate all community outreach activities and participate in presentations to the CRA Advisory Board, the Board of County Commissioners, and other agencies. With more than 30 years of experience in drafting redevelopment plans for CRAs across Florida, she will oversee the completion of all planning activities. Ginger is a certified planner, a certified parks and recreation professional, and a public outreach and Crime Prevention Through Environmental Design (CPTED) specialist. For the past 30 years, she has provided professional services to complete a variety of assignments including Findings of Necessity reports, community master plans, redevelopment plans, redevelopment plan updates, redevelopment implementation plans, small area plans, parking master plans, transit-oriented development, form-based and land development codes, and design guidelines. As a recreation and park professional, she has served as the lead recreational planner for 100+ park projects. Ginger has provided similar services on 20+ similar redevelopment contracts. This experience resulted in her being recognized by the Florida Court System as an expert witness in redevelopment planning and activities. She also sits as a Board Member for the City of Ocoee’s 50 West CRA, a CRA she helped establish. A few of her similar projects include the following: Belmont DeVillers CRA Neighborhood Action Plan; Pensacola, FL Central City District CRA Plan; Casselberry, FL CRA Finding of Necessity & Redevelopment Plan Update, St. Pete Beach, FL CRA Redevelopment Plan Update, College Park/University Heights, Gainesville, FL CRA Visual Master Plan; Gainesville, FL Downtown/US 17-92 Corridor Blight Study, Redevelopment Plan & Implementation Services; Orange City, FL Downtown CRA Plan Update; Kissimmee, FL Downtown CRA Plan Update; DeLand, FL Downtown CRA Finding, Redevelopment Plan and Parks Master Planning; Winter Garden, FL Downtown CRA Streetscape Projects; Ft, Myers, FL Downtown CRA Parking Master Plan; Dunedin, FL Finding of Necessity and Redevelopment Plan; Parker, FL Redevelopment Plan Update and Implementation Services; Holly Hill, FL Front Beach Road Blight Study, Redevelopment Plan, Form Based Code, Streetscape Design and other Implementation Services; Panama City Beach, FL Merritt Island CRA Implementation Services; Brevard County, FL Murdoch Village Community Redevelopment Plan; Charlotte County, FL  US 1 Corridor Blight Study and Redevelopment Plan; Edgewater, FL Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 13 Tab III: Expertise of Designated Staff Evan Johnson, AICP Role: Deputy Project Manager and Senior Redevelopment Planner Evan will support Ginger with day-to-day management activities. He is a Senior Project Manager with Tindale Oliver’s Community Planning and Design Solutions team and has served on a variety of projects for both public and private sector clients, with a primary focus on urban development and redevelopment. He is experienced in planning for Community Redevelopment Areas (CRAs), community colleges, corridor redevelopment, urban rezoning/site plan approvals, and Comprehensive Plan Amendments and analysis. He has built a strong relationship with CRAs across Florida and in the Florida Redevelopment Association Academy and recently was inducted as an FRA Board Member. Selected projects include the following: Broward MPO Hollywood-Pines Corridor Study; Broward County, FL US 1 Corridor Blight Study and Redevelopment Plan; Edgewater, FL Neighborhood Planning Program; Port St. Lucie, FL CRA Plan Update; St. Pete Beach, FL CRA Master Plan Update and Design Guidelines; Kissimmee, FL CRA Economic Strategic Action Plan: East Main Street, Lakeland, FL Fiscal Sustainability Study: Orange County, FL Neighborhood Planning, Port St. Lucie, FL SR 7 Multimodal Improvements Corridor Study/Broward MPO, Broward County, FL Town Center Master Plan, Town of Longboat Key, FL Uptown Urban Village Land Use Amendment and Form Based Code Master Plan, Ft. Lauderdale, FL Planning Council Countywide Plan Update; Pinellas County, FL Eastside CRA Finding of Necessity Studies; Gainesville, FL Old Southeast Neighborhood Plan; St. Petersburg , FL Industrial Land Use Study (ILUS); Pinellas County, FL Alex Law, AICP Role: Redevelopment Specialist Alex will be responsible for synthesizing data and evaluating demographic and market trends. He has more than 20 years of experience providing professional redevelopment planning and urban design services to a variety of local, county and state government agencies throughout Florida. Assignments have included parks and recreation master plans, recreation and open space elements, community master plans, small area plans, redevelopment plans and updates, parking master plans, transit- oriented development, form-based and land development codes, and design guidelines. Selected projects include the following: Downtown/US 17-92 Corridor Blight Study, Redevelopment Plan & Implementation Services; Orange City, FL CRA Plan Update; St. Pete Beach, FL CRA Master Plan Update and Design Guidelines; Kissimmee, FL I-4 Technology Corridor Overlay District; Plant City, FL US 1 Corridor Blight Study and Redevelopment Plan; Edgewater, FL Belmont DeVillers CRA Neighborhood Action Plan; Pensacola, FL Finding of Necessity and Redevelopment Plan; Parker, FL Form Based Code Framework; Gainesville, FL Front Beach Road Blight Study, Redevelopment Plan, Form Based Code, Streetscape Design and other Implementation Services; Panama City Beach, FL CRA Parking Study, Dunedin, FL Transit Oriented Development Standards & Comprehensive Plan Amendments; DeBary, FL CRA Expansion; Cape Coral, FL Urban Design Master Plan & Pattern Book; Deltona, FL Unified Development Code Update; Southern Pines, NC CRA Plan Update, Gateways, Wayfinding & Transit Facilities, Holly Hill, FL Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 14 Tab III: Expertise of Designated Staff Bonnie Bernardo, PLA Role: Urban Designer, Landscape Architect Bonnie will evaluate the overall community aesthetics of the CRA and assist in the identification of potential public realm improvements. She will also assess opportunities for vacant parcels. As appropriate, she will provide graphic renderings for potential improvements in the CRA to convey intent to the CRA Board of Directors and the public. For more than 24 years, she has provided professional landscape architectural services throughout Florida for a variety of assignments including roadways, streetscapes, buildings, plazas, parks and other various facilities. She also has provided services to complete needs analysis studies, author and facilitate public involvement programs, perform community liaison duties, research funding options, provide grant writing and administration services, and prepare conceptual designs, construction documents, and as a project manager, conduct construction site inspections. Selected projects include the following: Trails Master Plan; Hillsborough County, FL JW Clay Streetscape; Charlotte, NC CRA Parks Design and Redevelopment Program; Maitland, FL Good Neighbor Trail Corridor Study; Brooksville, FL Citywide Parks and Recreation Master Plan; Haines City, FL Centennial Park; St Cloud Downtown CRA, FL Wally Blain, AICP Role: Transportation Planner Wally has far-reaching experience in long-range multimodal planning having worked more than half of his career for one of Florida’s largest Metropolitan Planning Organizations. Building on solid technical skills in travel demand modeling, GIS, data analysis, and an understanding of the planning process, he possess a comprehensive understanding of federal metropolitan planning regulations and the State of Florida MPO Handbook. He will provide transportation and multimodal transportation planning support on task s that may required these services. It is important to note that Wally currently resides within Collier County. Jennifer Bartlett, AICP Role: Multimodal Transportation Planner Jennifer has extensive experience in transportation, bicycle, and pedestrian master plans and development projects. She will assist Evan with the physical assessment of circulation patterns within the CRA and make recommendations for enhancements of these facilities. Selected projects include the following: Citywide Trails Master Plan; St. Cloud, FL Good Neighbor Trail Alternatives Analysis; Hernando/Citrus MPO Greenways and Trails Plan Update; Hillsborough County, FL Naples Park Walkability Study; Naples, FL Parks, Recreation and Trails Master Plan Updates; Lake County, FL JW Clay Streetscape Conceptual Design; Charlotte, NC 2040 Cost Feasible LRTP; Collier County, FL Nilgün Kamp, AICP Role: Financial Specialist Nilgün will support the team in assessing potential revenue opportunities for the CRA, including performing the TIF forecast updates. She has been involved in public infrastructure financing for more than 21 years and has served as the project manager for approximately 200 impact fee, assessment and user fee development and implementation studies for transportation, fire, EMS, schools, law enforcement, correctional facilities, government buildings, solid waste, libraries, and parks and recreational facilities. She has extensive experience in working with Collier County on its impact fees. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 15 Tab III: Expertise of Designated Staff Patrick Dougherty Role: Redevelopment Planner/GIS Patrick is a Planner and GIS Analyst with Tindale Oliver Design. With a background in human geography, GIS and spatial analysis, he is experienced in visualizing and analyzing data for an array of projects. He has gained experience working in urban design, community, and transportation planning projects, including the following: CRA Economic Strategic Action Plan: East Main Street, Lakeland, FL Fiscal Sustainability Study; Orange County, FL Neighborhood Planning; Port St. Lucie, FL SR 7 Multimodal Improvements Corridor Study/Broward MPO; Broward County, FL Town Center Master Plan; Town of Longboat Key, FL Uptown Urban Village Land Use Amendment/Form Based Code Master Plan; Ft. Lauderdale, FL Michael Lauer Planning Michael Lauer, AICP Role: Zoning/LDC Specialist Michael will support the team in reviewing the County’s Comprehensive Plan and Land Development Code to assess if changes need to be made to better address the CRA’s Strategic Priorities and Community Objectives. He has served local governments from coast to coast over the last 33 years and has developed and helped implement numerous award-winning growth management programs for urban and rural jurisdictions. In addition to developing comprehensive and strategic plans, he has developed plan implementation programs addressing infrastructure adequacy, redevelopment, concurrency management, agricultural preservation, and development and design regulations. He Lauer has had a working relationship with the staff of Tindale Oliver Design for more than 15 years. Projects in which we have worked together include the following: Front Beach Road CRA Form Based Code; Panama City Beach, FL I-4 Technology Corridor Overlay District; Plant City, FL Town Center Master Plan; Town of Longboat Key, FL Land Use Plan Update; Concord, NC Mixed-Use Development Standards; Gainesville, FL Unified Development Code Update; Southern Pines, NC Unified Development Code Update; Ocean Springs, MS Uptown Urban Village Land Use Amendment/Form Based Code Master Plan, Ft. Lauderdale, FL Other project experience includes the following: Comprehensive Plan, Zoning Ordinance Diagnostic and New Zoning Ordinance; Lynchburg, VA Community Facilities Analysis; Thornton, CO Comprehensive Land Use Regulations, Old Mandeville Design Standards, Development Agreement - Mandeville, Louisiana Development Code; Kiawah Island, SC Land Development Regulations; Hillsborough County, FL Mixed-Use Redevelopment Standards; Jefferson Parish, LA Ongoing Land Development Code Maintenance; Panama City Beach, FL Unified Development Code On-Going Maintenance; Southern Pines, NC Zoning and Development Code; Grand Junction, CO Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 16 Tab III: Expertise of Designated Staff Amec Foster Wheeler Amec Foster Wheeler’s Collier County office will support Tindale Oliver Design with the Ground Truth of existing infrastructure and utilities within the CRA. In addition, it will assist the team in identifying potential projects and related costs. Tindale Oliver Design and Amec Foster Wheeler are currently working on several projects together, including the Dade City Continuing Engineering Services Contract, Lake Gwyn Park for Polk County, and Haines City Parks and Recreation Master Plan. Amec Foster Wheeler has a strong working relationship with Collier County including the following projects: Resource Recovery Park Master Plan Countywide Facility Assessment Report As-Needed BIM Services North Collier Recycling Drop-off Center Heritage Bay Reliability Connections Project New Visitor's Center Hammerhead Program Management North County Water Reclamation Facility Lab Expansion North County Water Plant Lab Air Cooled Chiller Stephen R. Lienhart, PE Role: Project Engineer Stephen has been involved in water resources since 1973, predominately in Florida, ranging from field studies, systems modeling, facilities design and operation, and management programs for surface waters, springs, groundwaters, estuarine/ marine waters, and water quality. He has more than 40 years of experience in stormwater management, water supply, reclaimed water reuse, management of water quality, and the institutional and regulatory issues relating to these practice areas. As one of the state’s recognized stormwater experts, he has helped communities and private sector clients solve cyclic regional flooding challenges, eliminate chronic local drainage problems, develop new funding sources, resolve interlocal water supply issues, manage water supplies, allocate consumptive use of water sources, plan for the anticipated impacts of global warming, address water quality challenges, develop long-term solutions for achieving compliance with federal and state municipal separate storm sewer systems (MS4), total maximum daily load (TMDL), basin management action plan (BMAP), and numeric nutrient criteria (NNC) programs. Gregory Corning, PE Role: Engineer Gregory has conducted field exploration and research for a multitude of environmental projects including canal surface water assessment, monitoring and wetland evaluations. He has assisted in the management and planning for canal restoration, stormwater, and wetland projects from the design and permitting stage through construction and final certification. He will work with Stephen to provide technical and engineering analysis support for tasks defined in the redevelopment update which may include but not be limited to canal restoration planning and design, stormwater design and permitting, environmental design and permitting, construction administration and engineering, and inspection services as required. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 17 Tab IV: Previous Performance on Similar Jobs References for projects numbered 1, 2, and 3 can attest to our team’s performance on their assignment. CRA Finding of Necessity, Redevelopment Plan & Implementation, Panama City Beach, Florida The staff of Tindale Oliver Design provided professional services to support a wide variety of planning, urban design, and infrastructure improvement projects for the City of Panama City Beach since 1998. Projects have included a blight study, community redevelopment plan, development of a multimodal corridor plan, parking assessments, conceptual master plans for the City’s municipal complex, and streetscape design standards for 8+ miles of corridor, which included preferred roadway cross- sections, pedestrian and transit amenities, street lighting, intersection treatments, signage, landscaping, and beach access crossings. With Michael Lauer Planning , our firm assisted in creating a form-based code for the 2,000-acre Front Beach Road Community Redevelopment District. Development scenarios were used to educate the City Council, CRA, and the public regarding potential densities and intensities using form-based development criteria. Michael Lauer, with Tindale Oliver Design staff support, updated the City’s Land Development Code to incorporate the newly-adopted form-based code. Services Provided Redevelopment Planning, Urban Design, Landscape Architecture, Comprehensive Planning, Code Development, Public Outreach Completion Date 1998–2014 Project Cost Costs varied based on task Reference Mel Leonard, Planning Director City of Panama City Beach 110 South Arnold Road Panama City Beach, FL 32413 (850) 233-5054, Ext: 2313 mleonard@pcbgov.com Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 18 Tab VI: Previous Performance on Similar Jobs CRA Master Plan Update & Implementation Services, Holly Hill, Florida The staff of Tindale Oliver Design, specifically Ginger Corless and Alex Law, served as the prime consultant for the City of Holly Hill’s Community Redevelopment Plan Update. To solicit public opinion on existing conditions, the firm initiated a detailed field inspection of the Redevelopment District and conducted a series of public workshops to identify opportunities and constraints related to character, aesthetics, land use, development patterns, housing, transportation, traffic management, infrastructure, parking, streetscape, safety, arts, culture, special events, public spaces, and revitalization initiatives. Following the adoption of the update, we provided implementation services for corridor enhancements including gateways, wayfinding, transit stops, and landscaping through 2012. The firm will be providing additional wayfinding and gateway design and implementation services for the Holly Hill CRA in fiscal year 2016–2017. Services Provided Redevelopment Planning, Public Outreach, Urban Design, Signage Design Completion Date 2012 – New services in FY 2016–2017 Project Cost Varies per assignment Reference Thomas Harowski, City Planner City of Holly Hill 1065 Ridgewood Avenue Holly Hill, FL 32117 (386) 248-9424 tharowski@hollyhillfl.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 19 Tab VI: Previous Performance on Similar Jobs CRA Finding of Necessity, Redevelopment Plan & Implementation Services, Orange City, Florida Through an on-call contract, Tindale Oliver Design performed a needs assessment and assisted the City in acquiring redevelopment delegation from Volusia County, establishing a Community Redevelopment Agency, drafting a Redevelopment Plan and establishing a Redevelopment Trust Fund for the Downtown Community Redevelopment Area (US 17-92/Volusia Avenue). Our firm also provided recreational planning, peer review, grant support services, signage design, park design, streetscape design, urban design and public outreach services to implement median beautification projects, and the award-winning Mill Lake Park within the City’s Redevelopment District. Services Provided Redevelopment Planning, Urban Design, Parks Design & Implementation, Corridor Beautification Completion Date 2010–present Project Cost Finding & Redevelopment Plan $90,000 Other fees varied based on assignment Reference Becky Mendez Development Services Director City of Orange City 205 East Graves Avenue Orange City, FL 32763 (386) 775-5418 bmendez@ourorangecity.com Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 20 Tab VI: Previous Performance on Similar Jobs CRA Downtown Redevelopment Plan Update, Kissimmee, Florida Tindale Oliver Design had an on-call planning and urban design services contract with the Kissimmee Community Redevelopment Agency to work on a variety of projects, including redevelopment planning, urban design, and public realm and private development standards. Our first assignment was to update the Downtown CRA’s Redevelopment Plan. Our firm completed the update in six months. The Update included a framework for the next 20 years centered on five planning principals and specific strategic initiative areas for future reinvestment. A detailed capital improvement plan was prepared and strong graphics were used to convey the updated visioning and projects to the public and CRA Board. The CRA Redevelopment Plan Update received the 2013 Florida Redevelopment Association Outstanding Planning Studies Award. Services Provided Redevelopment Planning, Public Outreach, Urban Design Completion Date 2014 Project Cost CRA Plan Update $75,000 Reference Craig M. Holland, AICP Development Services and CRA Director City of Kissimmee 101 Church St, Suite 110 Kissimmee, FL 34741 (407) 518-2148 CHOLLAND@kissimmee.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 21 Tab VI: Previous Performance on Similar Jobs CRA Finding of Necessity & Redevelopment Plan, US1, Edgewater, Florida In 2013, Tindale Oliver Design performed a needs assessment that resulted in expanding the study area south to include vacant commercial and mobile home parks. Analysis concluded there was substantial deterioration and 6 of the 14 blighted factors identified in the Florida Redevelopment Act were present. The blight factors included deteriorated site structures, deficient and unsafe transportation facilities, unsafe and unsanitary conditions, falling assessed values, faulty lot layout, and outdated building patterns. Building upon the City’s vision, Tindale Oliver Design drafted a redevelopment plan for a 400-acre redevelopment area, comprised of 509 parcels of the City’s total 14,411 acres. The Plan included primary and community objectives based on improvements within four planning areas. Financial analysis identified potential increment revenues based on three different scenarios. We also assisted the City in requesting and securing delegation of redevelopment powers from the Volusia County Council (November 2014), only the second delegation given since 2010 (Tindale Oliver Design also acquired the first delegation). We also provided direction and guidance in drafting legislation to establish the City’s Community Redevelopment Agency, adopt the Community Redevelopment Plan and established the Redevelopment Trust Fund, base year 2014. Services Provided Redevelopment Planning, TIF Forecasting, Public Outreach Services Completion Date 2014 Project Cost $65,000 Reference Tracey T. Barlow City Manager, City of Edgewater PO Box 100 Edgewater, FL 32132 (386) 424-2400 ttbarlow@cityofedgewater.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 22 Tab VI: Previous Performance on Similar Jobs CRA Finding of Necessity and Redevelopment Plan, Ocoee, Florida The staff of Tindale Oliver Design provided redevelopment planning and economic analysis for the City of Ocoee’s Community Redevelopment Area which is composed of approximately 1,100 acres of prime real estate along the SR 50 commercial corridor. The City required redevelopment strategies to mitigate blight within the area. A Finding of Necessity, community redevelopment plan and visioning exercises were undertaken to focus redevelopment efforts along the SR 50 commercial corridor. The community redevelopment plan proactively suggests future land use concepts, infrastructure enhancements, urban design improvements and other short and long term redevelopment strategies to mitigate area blight. Based on her expertise and her residency in Ocoee, Ginger Corless sits on the City’s CRA Board. She is also recently assisted in preparing a downtown master plan for an area outside the CRA. Services Provided Redevelopment Planning, Urban Design, Public Outreach Completion Date Redevelopment Plan – 2005 CRA Board Support – 2005–present Downtown Master Plan – 2016 Project Cost Redevelopment Plan – $65,000 Reference Craig Shadrix Assistant City Manager City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 (407) 905-3112 craig.shadrix@ci.ocoee.fl.us Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 23 Tab VI: Previous Performance on Similar Jobs CRA Finding of Necessity & Redevelopment Plan Update, St. Pete Beach, Florida For more than a decade, the City of St. Pete Beach has been planning for the successful redevelopment of its Downtown and the Gulf Boulevard tourist and commercial areas, including the completion of a Finding of Necessity study and the creation of a Community Redevelopment Agency. In 2013, Tindale Oliver Design was asked to complete a major update to the Community Redevelopment Area Plan, consistent with Florida Redevelopment Statutes Chapter 163, Part II, in a user- friendly format that addressed a clear framework for implementation. Services Provided Data Analysis, TIF Projections, Redevelopment Objectives and Strategies, Capital Project Identification, Public Outreach, Review and Approval Process Facilitation Reference Chelsey Welden Urban Planner City of St. Pete Beach 155 Corey Avenue St. Pete Beach, FL 33706 (727) 363-9266 cwelden@stpetebeach.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 24 Tab VI: Previous Performance on Similar Jobs CRA Neighborhood Plan Update, Old Southeast Neighborhood, St. Petersburg , Florida In 2012, the City of St. Petersburg Neighborhood Partnership contracted with Tindale Oliver Design to update the neighborhood plan for the Old Southeast Neighborhood. Staff worked closely with the Neighborhood Partnership, the Old Southeast Neighborhood Association (OSNA), and other stakeholders to develop a neighborhood vision and identify plan priorities. Services Provided Redevelopment Planning, Urban Design Services, Public Outreach Completion Date 2012 Project Cost $29,000 Reference Susan Ajoc, Director Community Services Department P.O. Box 2842 St. Petersburg, FL 33731 (727) 892-5141 Susan.ajoc@stpete.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 25 Tab VI: Previous Performance on Similar Jobs CRA Urban Design Assessment, Master Plan & Gateway Design, Avon Park, Florida With a population of 9,000, Avon Park is a historic community located in the northwest corner of Highlands County and features a historic, mile-long corridor called the “Miracle Mile” that bisects the town’s historic boundaries from east to west. Through a continuing services contract to provide urban design services, Tindale Oliver Design collaborated with the CRA Board to conduct an urban design analysis of the Avon Park Downtown CRA District and develop recommendations for improvements to the District’s entry gateways, signage and identification markers, street/pedestrian networks and connectivity, open space, architectural guidelines, and utilities. Services Provided Developed entry gateway concepts, approaches to enhance vehicular and pedestrian circulation, connectivity, and safety, wayfinding signage system, historic markers, recommended utility infrastructure improvements to enhance economic development opportunities. Completion Date 2013 Project Cost $30,000 Reference Bonnie Barwick City of Avon Park City Clerk 110 East Main Street Avon Park, FL 33825 (863) 452-4405 bbarwick@avonpark.cc Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 26 Tab VI: Previous Performance on Similar Jobs CRA Corridor Plan, Hollywood/Pines, Broward County, FL The Broward MPO is working to integrate its Livability Planning initiatives and Congestion Management Process, moving away from traditional approaches that focus on the single- occupant vehicle, such as road widening. This integrated approach focuses on enhancing the quality of life and improving safety and mobility through short and long-term strategies and improvements for land use, transit, biking, and walking. The Broward MPO retained Tindale Oliver to conduct the first combined Livability/ Congestion Management Project along a 20-mile section of the Hollywood/Pines Boulevard corridor. The project included a multifaceted public engagement campaign to obtain input from residents, employees, and other users of the corridor. A primary tool used to engage the public was a “one-stop” project website to not only provide a platform of information regarding the project, but also interactive tools such as surveys and comment boards to obtain input from and communicate with users. Services Provided Transportation Planning, Corridor Planning, Land Use, Urban Design and Public Outreach Completion Date 2013 Project Cost $318,429 Reference James Cromar Director of Planning Broward MPO 100 West Cypress Creek Road, #850 Ft. Lauderdale, FL 33309 (954) 876-0038 cromarj@browardmpo.org Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 27 Tab V: Office Location and Responsiveness The Tindale Oliver Design Team is committed to providing Collier County with the highest-quality service and responsiveness. We are confident our redevelopment planning and urban design team can bring creative, responsive, and appropriate solutions to the challenges presented within the Redevelopment Area. Professional services for this contract will be provided by Tindale Oliver Design from both our firm’s Tampa and Orlando office locations. Our subconsultant Amec Foster Wheeler will provide support from the firm’s Naples location. Michael Lauer Planning will provide support from Melbourne Beach. The addresses of these offices, map location, distance, and travel time to the Collier County municipal complex is provided below. Tindale Oliver Design Tampa (Headquarters) 1000 North Ashley Drive, Suite 400 Tampa, FL 33602 Distance: 165 miles Travel Time: 144 minutes Orlando 135 West Central Boulevard, Suite 450 Orlando, FL 32801 Distance: 192 miles Travel Time: 203 minutes Amec Foster Wheeler Naples 281 Airport Road South Naples, FL 34104 Distance: 1.3 miles Travel Time: 4 minutes Michael Lauer Planning Melbourne Beach 2105 South River Road Melbourne Beach, FL 32951 Distance: 212 miles Travel Time: 232 minutes Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 28 Tab VI: Ability to Complete on Time and Within Budget Approach to Schedule Control Approach to Project Accomplishment The Tindale Oliver Design Team has efficiently developed task orders, man-hour estimates, budgets, and schedules for past work efforts. Our approach and methodology to delivering scopes of service and budgets that meet expectations are summarized as follows: Prior to writing a final scope of services, Tindale Oliver Design will first confer with the CRA project manager to confirm specific objectives, expected work products, number of meetings, presentations, and schedule. This information will allow the efficient and quick development of a final scope of services, budget, and schedule. The final scope and budget will be reviewed with the CRA project manager to ensure agreement, and adjustments will be made as necessary. The final scope, budget, and schedule will be modified for execution and approval. Once approved, Tindale Oliver Design will develop a Project Management Plan (PMP) to help guide the smooth execution of the assignment and required deliverables. The PMP will be agreed to by Tindale Oliver Design and the CRA project manager and will include the following major elements: Value/Objectives for Client Introduction Scope of Services Tindale Oliver Design Team Plan and Roles Project Budget and Unique Contractual Requirements Project Deliverables Project Schedule Project Work Plan Quality Control and Assurance Plan The PMP will ensure that the project stays on schedule within budget and produces the quality deliverables expected by the CRA project manager. Proven ability to provide timely service Imperative to any project is Tindale Oliver Design's commitment to doing whatever it takes to get a job done, not only on time but in a manner that results in high- quality deliverables. We have consistently demonstrated our ability to meet project milestones, working with our clients to overcome external schedule delays when they occur. We encourage you to contact any of our related project references about our ability to manage projects on time and their satisfaction with our work and staff. In addition to an outstanding track record of completing projects on time, Tindale Oliver Design also has demonstrated an ability to manage projects within budget. Our high level of cost control results from several standard practices, including the development of detailed scopes and tasks with realistic timelines and budgets; regular project communication, both internally among the project team and externally with our clients; the use of good time- management practices; and the appropriate assignment of tasks to personnel based on level of expertise and experience. Always Informed A second responsibility of Tindale Oliver Design’s project manager will be to ensure transparent coordination with the CRA project manager so there are no surprises concerning the project schedule and deliverables. A standard time will be established for weekly conference calls/meetings to review current task orders and make sure there are no issues that could result in a schedule delay. If a schedule delay is anticipated, the Tindale Oliver project manager will call the CRA project manager immediately to discuss the issue and resolve it before it becomes a more serious problem. Additionally, we will set up meetings with the CRA project manager to discuss current and upcoming work activities. Quality Control Process Quality assurance and control (QA/QC) programs involve both procedures and attitude. At Tindale Oliver Design, we believe that a firm’s attitude toward quality is as critical to a project’s success as its quality control procedures and processes. Tindale Oliver Design strives to cultivate a culture in which all employees are client-service-oriented, whether they are working directly with clients or serving as support to other Tindale Oliver Design staff. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 29 Tab VI: Ability to Complete on Time and Within Budget One of the reasons Tindale Oliver Design is able to provide top-quality deliverables is our commitment to quality control throughout the entire project. By following our QA/ QC process, the final products will meet, and hopefully exceed, expectations. The following are elements of our quality assessment and control process that will be used throughout all the task orders to ensure consistency in quality: As evidence of Tindale Oliver Design’s commitment to quality and customer service, the Principals of Tindale Oliver Design have signed a pledge to uphold Tindale Oliver Designs Client Bill of Rights, which includes eight key elements, all indicative of our commitment to developing and maintaining long-term client relationships. The Tindale Oliver Design Client Bill of Rights is provided at the conclusion of this section. As mentioned previously, for each project, a PMP is prepared to facilitate management of major project tasks. The PMP will be distributed and reviewed with the entire project team, a process that will ensure that all team members are working toward the same goals and objectives, thus creating a cohesive team and providing the client with consistent and superior deliverables. The PMP will be signed off by both the Tindale Oliver Design project manager and the appropriate task leader. The PMP also is an excellent tool for the client to track the project’s progress and the Tindale Oliver Team’s performance. The Tindale Oliver Design project manager will work closely with the CRA project manager to cooperatively develop a project schedule. To ensure that project deadlines are met, the project schedule will clearly document the overall project timeline, completion dates for major project milestones, and roles and responsibilities of staff from both Tindale Oliver Design and the CRA. The level of detail of the schedule will be based on the complexity and duration of the project. Completion of consistent and rigorous reviews of project reports, memoranda, and graphics will be done by professional staff and graphics editors. Tindale Oliver Design routinely uses external copy editors as part of our QA/QC process. These resources help to ensure that written and graphic work products are free from grammatical/typographical errors and unnecessary jargon. While such errors may not have an impact on the technical integrity of a plan, they can create issues of credibility for both the consultant and the client. Since 1992 Tindale Oliver Design has employed data standards to help ensure data is reasonable. Databases include standard cost tables that are used in the computation of area-wide needs, costs, etc., and we employ “error-trapping” data entry routines to prevent entry of unacceptable values. Through the use of these table-driven databases, repeated calculations are done in a consistent manner. This ensures quality in terms of individual standards and consistency of data throughout the project. “Reality checks” will be performed to ensure that the values we have computed are within acceptable ranges, and “relationship checks” will compare inputs and outputs. These tests of the reasonableness of various data parameters help Tindale Oliver Design provide accurate calculations, quality graphics and understandable narratives. Independent technical reviews are an important step in our quality control process. For each task in this project, Tindale Oliver Design has assigned task leaders responsible for collaborating with Tindale Oliver Design’s project manager on the quality of deliverables related to their area of expertise. Both the task-level quality assessment individual and the project manager are assigned the responsibility of reviewing deliverables for technical accuracy as well as ease of readability and understanding. While simple and straightforward in its description, the success of Tindale Oliver Design’s quality assessment and control measures is best reflected by historical experience in working with the Tindale Oliver Design Team. We are committed to submitting high quality deliverables that meet the following Quality Goals: Prepare complete, accurate, and easy-to-understand deliverables. Avoid errors and omissions. Understand and meet, but preferably exceed, client expectations. Ensure that each deliverable ties clearly back to project objectives. Develop “solutions that make a difference” and can be implemented for the client and the community. Available Labor Resources The Tindale Oliver Design team as detailed under Tab III. Expertise of Designated Staff have the resources available to complete the Bayshore Triangle CRA Redevelopment Area Plan Update on schedule and budget. Documentation of Previous Performance References who can attest to our firm’s performance on similar projects have been provided under Tab IV. Previous Performance on Similar Jobs. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 30 Tab VI: Ability to Complete on Time and Within Budget TINDALE OLIVER DESIGN CURRENT WORKLOAD GOVERNMENT/ PRIVATE CONTRACTS CONTRACT AMOUNT DESCRIPTION OF SERVICES EMPLOYEES SUPERVISED Haines City Parks, Open Space, Recreation & Services Master Plan $167,694 Conducting detailed needs assessment, making recommendations for Citywide parks, open spaces, recreation/service enhancements. 85% complete. 5 Concord, North Carolina Land Use Plan Update $147,000 Updating City’s Land Development Code; Michael Lauer also working on project. 5% complete. 5 JW Clay Streetscape Planning Complete Streets Urban Design Services $56,477 As subconsultant, providing technical support on multimodal planning and urban design tasks. 10% complete. 4 City of Fort Lauderdale Uptown Form Based Code and LUPA $148,000 Assisting City in implementing vison plan outlined in ULI TAP Report, specifically Form Based Code and Land Use Plan Amendment (LUPA) to implement code. 20% complete. 5 City of Casselberry Parks, Recreation, Open Spaces and Pathways Master Plan $75,000 Conducting detailed needs assessment, making recommendations for Citywide parks, open spaces, recreation/service enhancements. 55% complete. 2 Ocoee Downtown Master Plan $32,000 As subconsultant, providing public involvement and urban design support in development of master plan to guide redevelopment of Downtown Ocoee. 99% complete. 3 FDOT TWO 17 Growth Management Planning Support $22,081 Through on-call professional services contract, reviewing potential development plans for transportation impacts. 2 Charlotte County Sunrise Park Master Plan & Construction Document Support $35,000 As subconsultant, providing public involvement and park design support for park project in Charlotte County. 5% complete. 2 Port St. Lucie Neighborhood Plans $240,010 Developing action plans for six neighborhoods, including recommendations for capital improvements, ideas on restructuring City’s organizational structure to supporting neighborhood improvements. 95% complete. 4 St. Cloud CRA Centennial Park Master Plan $38,849 Redevelopment of downtown CRA park as active urban space and downtown trailhead. 99% complete. 2 St. Cloud Citywide Trails Master Plan $99,480 Working with City and intensive technical team to assess existing conditions, provide recommendations for unified trail and pathway system. 90% complete. 3 Current and Projected Workload Below details Tindale Oliver Design’s current and projected workload. Collier County RFP 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update / Page 31 Tab VII: Fee Proposal and Services Projected Total Cost Based on our review of the County’s scope of work, stated budget, and our understanding of the effort required to update the Bayshore Gateway Triangle CRA Redevelopment Area Plan, we have prepared the fee proposal below which provides an hourly breakdown of major tasks. Estimated Calendar Day Duration Tindale Oliver Design will initiate work immediately upon receipt of the Notice to Proceed (NTP). Within two weeks of the NTP, we will produce a detailed milestone schedule to complete the work described in this RFP. The development and adoption of the Plan generally takes 8-9 months to complete. We propose the following milestone dates: Task I—Evaluate Existing Redevelopment Plan 120 days from NTP Task II—Redevelopment Plan Update 180 days from NTP Task III—TIF Projections 210 days from NTP Task IV—Capital Improvement Plan 210 days from NTP Task V—Final Adoption 275 days from NTP Fee Proposal 17-7050 Bayshore CRA Plan Update 23 Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: 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. Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ X X X TOA Design Group, LLC 1000 N. Ashley Drive, Suite 400 Tampa, FL 33602 (813) 224-8862 gcorless@tindaleoliver.com Virginia L. Corless (Ginger)1/9/2017 17-7050 Bayshore CRA Plan Update 24 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: Bayshore Gateway Triangle CRA Redevelopment Area Plan Update 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. 3.Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________________ Signature and Date:_________________________________________________________________________ Print Name: _______________________________________________________________________________ Title of Signatory: __________________________________________________________________________ State of_____________________________________ County of ____________________________________ SUBSCRIBED AND SWORN to before me this ____________ day of __________________, 20__________, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Firm, OR who produced the following identification ________________________________________. __________________________________________________________ _____________________________ Notary Public Commission Expiration TOA Design Group, LLC 1/9/2017 Virginia L. Corless Vice President Florida Orange 9th January 17 Virginia L. CorlessVice President April 15, 2017 17-7050 Bayshore CRA Plan Update 25 Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: 17-7050 Bayshore Gateway Triangle CRA Redevelopment Area Plan Update Dear Commissioners: The undersigned, as Contractor 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 Contractor 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 17-7050 - Solicitation Bayshore Gateway Triangle CRA Redevelopment Area Plan Update. . (Proposal Continued on Next Page) 17-7050 Bayshore CRA Plan Update 26 PROPOSAL CONTINUED 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: Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: _________________________________ Email _________________________________ 9th January 17OrangeFlorida TOA Design Group, LLC 1000 N. Ashley Drive, Suite 400 Tampa, FL 33602 K58299 37-1737512 473S6 (813) 224-8862 (813) 226-2106 Virginia L. Corless Vice President 17-7050 Bayshore CRA Plan Update 27 Attachment 5: Affidavit for Claiming Status as a Local Business Solicitation: 17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_________ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Collier or Lee County Address: ___________________________________________________________ Signature: ____________________________________________ Title: ________________________ STATE OF FLORIDA COLLIER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this ____ Day of ______________, 20_____. _____________________________________________ Notary Public My Commission Expires: ________________________ (AFFIX OFFICIAL SEAL) 17-7050 Bayshore CRA Plan Update 28 Attachment 6: Immigration Affidavit Certification Solicitation: 17-7050 - Bayshore Gateway Triangle CRA Redevelopment Area Plan Update This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / 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 vendor’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 Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor 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 vendor 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. Vendor 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 Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ____day of __________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. TOA Design Group, LLC Virginia L. Corless Vice President 1/9/2017 Florida Orange 9th January 17Virginia L. Corless Judith I. Hayduck FF 008192/April 15, 2017 Known to me 17-7050 Bayshore CRA Plan Update 29 Attachment 7: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1.General Information (provide all information) Taxpayer Name ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City _______________________________________________ State ______________________________________ Zip ________________________________________________ Telephone __________________ FAX ______________________ Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________State _________ Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2.Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company 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) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4.Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Tindale-Oliver & Associates, Inc. TOA Design Group, LLC 1000 N. Ashley Drive, Suite 400 Tampa Florida 33602 (813) 224-8862 (813) 226-2106 gcorless@tindaleoliver.com Same information as above Same information as above X C January 9, 2017 37-1737512 17-7050 Bayshore CRA Plan Update 30 Title _______________________________________________________________ Phone Number ________________________Vice President (407) 616-5500 Attachment 8: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2.Employer’s Liability $1,000,000 single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form 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. 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. This section does not pertain to any incident arising from the sole negligence of Collier County. 4.Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $__________ Per Occurrence $ 500,000 each claim and in the aggregate $1,000,000 each claim and in the aggregate 17-7050 Bayshore CRA Plan Update 32 $2,000,000 each claim and in the aggregate Professional Liability $__________ per claim and in the aggregate $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate 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 7.Performance and Payment Bonds 8.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9.Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10.The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 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 11/18/2016 _______________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature ____________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ TOA Design Group, LLC 1/9/2017 Virginia L. Corless USI Insurance Services, LLC Daniel M. De La Rosa, Lic #A065078 (813) 321-7562 In association with:Seattle 5301 1st Ave. N.W. Seattle, WA 98107 (206) 858-2202 Fort Lauderdale 6301 N.W. 5th Way Suite 1400 Fort Lauderdale, FL 33309 (954) 641-5680 Bartow 545 N. Broadway Ave. Bartow, FL 33830 (863) 533-8454 Baltimore 10 S. Howard St. Suite 110 Baltimore, MD 21201 (443) 438-5392 Tampa 1000 N. Ashley Dr. Suite 400 Tampa, FL 33602 (813) 224-8862 Orlando 135 W. Central Blvd. Suite 450 Orlando, FL 32801 (407) 657-9210 www.tindaleoliver.com