Loading...
Agenda 03/13/2018 Item #16G 203/13/2018 EXECUTIVE SUMMARY Recommendation to approve Amendment 1 to Contract No. 16-6561 “Design Services for Marco Executive Terminal” with Atkins North America, Inc. in the amount of $919,674 for engineering and inspection services during construction and authorize the Chairman to execute the Amendment. OBJECTIVE: To ensure the Marco Island Executive Airport (MKY) safety enhancement and new general aviation terminal facility project is constructed in accordance with the plans, specifications and contract documents. CONSIDERATIONS: On April 5, 2016, staff issued RFP No. 16-6561 in accordance with Florida Statute 287.055, Consultant’s Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016, Agenda Item 14A1, the Board awarded contract No. 16-6561 to Atkins North America, Inc. The intent of this amendment is to perform engineering/inspection services necessary to support the various construction elements of this project phase (terminal/landside improvements). At the time of the award, funding had not been secured for this phase of the project; however, the Executive Summary presented at the time of approval by the Board in September 2016 expressly stated that additional tasks identified in this amendment may be requested if grant funding became available. Funding for the construction phase engineering and inspection services pertaining to the terminal/landside improvements has now been secured via a short-term loan from the Development Review Services section of Growth Management and this loan is anticipated to be repaid over a three (3) year period as State FDOT grant funds are received. It is expected that an additional professional services contract amendment will be brought forth for Board consideration at a future meeting as FDOT grant funding is secured for the second phase of construction (apron/airside improvements). FISCAL IMPACT: The Board approved budget amendment of February 13, 2018 connected with this project has been processed within Airport Authority Capital Improvement Fund (496) and sufficient budget exists to amend the contract and proceed with the requested services. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve Amendment 1 to Contract No. 16-6561 with Atkins North America, Inc. in the amount of $919,674, and authorize the Chairman to execute the attached Amendment. Prepared by: Justin Lobb, Airport Manager, Airport Authority ATTACHMENT(S) 1. 16-6561 Marco Terminal Amendment (PDF) 2. [Linked] 16-6561 Atkins_Contract (PDF) 16.G.2 Packet Pg. 902 03/13/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.2 Doc ID: 4841 Item Summary: Recommendation to approve Amendment 1 to Contract No. 16-6561 “Design Services for Marco Executive Terminal” with Atkins North America, Inc. in the amount of $919,674 for engineering and inspection services during construction and authorize the Chairman to execute the Amendment. Meeting Date: 03/13/2018 Prepared by: Title: Operations Coordinator – Airport Authority Name: Debra Brueggeman 02/12/2018 1:52 PM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 02/12/2018 1:52 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 02/12/2018 2:12 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 02/12/2018 2:41 PM Procurement Services Ted Coyman Additional Reviewer Completed 02/17/2018 2:24 PM Growth Management Department Gene Shue Additional Reviewer Completed 02/20/2018 9:37 AM Airport Authority Justin Lobb Additional Reviewer Completed 02/20/2018 11:46 AM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 02/23/2018 7:21 AM Procurement Services Sandra Herrera Additional Reviewer Completed 02/23/2018 8:43 AM Procurement Services Swainson Hall Additional Reviewer Completed 02/26/2018 1:06 PM Procurement Services Evelyn Colon Additional Reviewer Completed 02/26/2018 2:43 PM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 02/27/2018 8:44 AM Growth Management Department Diane Lynch Deputy Department Head Review Skipped 02/16/2018 11:57 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 03/01/2018 9:25 AM Grants Edmond Kushi Level 2 Grants Review Completed 03/01/2018 11:26 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/02/2018 11:09 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/02/2018 12:03 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/02/2018 1:33 PM 16.G.2 Packet Pg. 903 03/13/2018 Grants Therese Stanley Additional Reviewer Completed 03/02/2018 2:24 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/05/2018 1:36 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 03/06/2018 1:49 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/13/2018 9:00 AM 16.G.2 Packet Pg. 904 16.G.2.a Packet Pg. 905 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 906 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 907 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 908 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 909 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 910 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 911 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 912 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 913 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 914 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 915 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 916 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 917 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 918 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 919 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) 16.G.2.a Packet Pg. 920 Attachment: 16-6561 Marco Terminal Amendment (4841 : Atkins Amendment for MKY Terminal Construction) Contract # 16-6561 "Design Services for Marco Executive Airport Terminal" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into thi#??tt"v or $tkrn&-f , 2016 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the 'COUNTY" or "OWNER") and Atkins North America, Inc., authorized to do business in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa Florida 33607 (hereinafter referred to as the "CONSULTANT" andior "coNTMCTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional engineering services of the CONSULTANT concerning "Design Services for Marco Executive Aiiport Terminal" (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBI LITY 1.1. CONSULTANT shall provide to OWNER professional engineering,services in all phases of the Project to which this Agreement applies "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 lN WITNESS WHEREOF, the parties hereto have executed this Professional Agreement for engineering services the day and year first written above. BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Atkins North America. lnc. S"V'c. *ottd"t Name and Title siqnaturc onlv. ov-ed as to Form and Legality: Name Name and Title Name and Title "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 z) SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE ll -qpmptiance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Atkins North America, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning 16-6561 - Design Services for Marco Executive Airport Terminal are accurate, complete and current as of the time of contracting. Atkins North America. lnc. TITLE:S' Uo.o- rJr="=lA*li DA'E: ,olsltto. ,, Des ig n se rvices ro r Ma rco r*"r[:j,#""J1 lilTlb E-t CCNA (Revision 01202016) REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act. GRANT FUNDED COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation RFP 16-6561 Design Services for Marco Executive Airport Terminal Brenda Brilhart, Procurement Strategist (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 Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government . RFP 16-6561 Marco Airport Terminal 2 Table of Contents LEGAL NOTICE ......................................................................................................................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ...................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS............................................................................ 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ................13 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP ...........................................16 ATTACHMENT 1: CONSULTANT’S NON-RESPONSE STATEMENT ......................................23 ATTACHMENT 2: CONSULTANT CHECK LIST .......................................................................24 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................25 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT ............................................26 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ..............................................28 ATTACHMENT 6: CONSULTANT SUBSTITUTE W – 9 ............................................................29 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........................................30 ATTACHMENT 8: REFERENCE QUESTIONNAIRE .................................................................32 EXHIBIT A – SCOPE OF SERVICES ……………………………………………………………….33 EXHIBIT B – FLOOR PLAN EXHIBIT C – CONCEPT SITE PLAN EXHIBIT D -- GRANTING AGENCY PROVISIONS EXHIBIT E – GRANT FORMS RFP 16-6561 Marco Airport Terminal 3 Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide professional design services for Marco Executive Airport Terminal will be received until 3:00 PM, Naples local time, on May 2, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation RFP 16-6561 - Design Services for Marco Executive Airport Terminal Services to be provided may include, but not be limited to the following: The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. The proposal must identify architectural, MEP, structural, civil and landscape architecture for the complete design and required permits. A pre-proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on April 5, 2016. RFP 16-6561 Marco Airport Terminal 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Airport Authority (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 Purchasing Policy. Brief Description of Purchase The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. Construction budget (if funded) is approximately ten (10) million dollars. Detailed Scope of Work – See Exhibit A Term of Contract The contract term, if an award(s) is/are made is intended to be for the design phase through project close-out with the appropriate grant agencies. Prices shall remain firm for the entire term of the design, bidding and awarded construction contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 4/5/16 Last Date for Receipt of Written Questions 5:00 PM, 4/23/16 Addendum Issued By 4/25/16 Solicitation Deadline Date and Time 3:00 PM 5/2/16, Anticipated Evaluation of Submittals Week of 5/2/16 Anticipated Completion of Contract Negotiations By 5/31/16 Anticipated Board of County Commissioner’s Contract Approval By 6/30/16 RFP 16-6561 Marco Airport Terminal 5 Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non- responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant’s approach and ability to meet the County’s needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. Site Inspection: If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non-responsive if the site visit documentation is not presented to the County in the proposer’s submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. Tab I: Cover Memo Cover Letter 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 Contractor's certification that the Contractor will accept any awards as a result of this RFP. Submit proposed subcontractors if applicable. Tab II: Project Approach. (25 points, 10 pages maximum; note: Only 2 of the 10 pages can be in 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the prescribed limit. The proposer shall include a description of how the design of the project will be approached. It will include options to be considered and the issues to be resolved. It will specifically address project permitting and methods to be used to minimize the project footprint and will demonstrate the consultant’s innovation in providing cost effective solutions meeting the project objectives. RFP 16-6561 Marco Airport Terminal 6 Tab III: Schedule and Quality Control. (20 points, 4 pages maximum; note: Only 1 page of the 4 pages can be in a 11 X 17 format) The proposal will be assessed -1 point for each additional page over the prescribed limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this project on a fast track schedule. The schedule will show the Design Team that is proposed for assignment to this project. It will provide the names of key team members, so that it ties to the expertise listed under TAB IV, and the strength of the Design Team can be analyzed. The schedule will follow the outline in the Statement of Work, demonstrating the consultant’s ability to secure all required permits at the time of 100% plan submittal one year from being given Notice to Proceed. Tab IV: Experience of the Firm. (25 points, 5 pages maximum) The proposal will be assessed - 1 point for each additional page over the prescribed limit. The Proposer shall have a minimum of five (5) years acceptable Design experience with airport runway projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) similar project references for correction facility projects only with contacts, title, telephone numbers, and mailing addresses. The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for correctional facility projects within the past five (5) years. The Proposer shall furnish a list of references, contacts and titles, telephone numbers, name of agency, and mailing addresses. Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members’ successful experience in working with one another on previous projects. List Current Correctional Facility Projects in the Format Identified Below Project Description Start Date End Date Original Budget Final Project Cost Number of Change Orders Tab V: Proposed Staff Experience and Availability. (20 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the prescribed limit. Provide a narrative describing the role of and introducing key individuals in your firm’s organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the proposal shall remain on the Consultant’s Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County’s Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant’s Team at any time during the procurement process may result in elimination of the Consultant’s Team from further consideration. Of particular interest to the selection committee will be prior experience with similar airport projects and experience in securing permits of a similar nature in Collier County. RFP 16-6561 Marco Airport Terminal 7 The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub-consultants. If sub- consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. (Letters of Intent do not count in the total number of pages.) Tab VI: References – 5 Completed and Returned (10 points) In order for the contractor to be awarded any points for this tab, the County requests that the contractor submits five (5) completed reference forms (See Attachment 8) from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant’s information provided in this area:  The County will total each of the Consultant’s five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0).  The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score.  The next highest Consultant’s number of points will be divided by the highest Consultant’s points which will then be multiplied by criteria points to determine the Consultant’s points awarded. Each subsequent Consultant’s point score will be calculated in the same manner.  Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Reference Score Points Awarded Consultant ABC 445 10 Consultant DEF 425 9.6 Consultant GHI 388 8.7 Consultant JKL 365 8.2 Consultant MNO 325 7.3 Note: Sample chart reflects a 10 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant’s proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VII: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered RFP 16-6561 Marco Airport Terminal 8 after the award, or if applicable, during negotiations. Exceptions taken by a Contractor 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 VIII, Required Form Submittals  Attachment 2: Contractor Checklist  Attachment 3: Conflict of Interest Affidavit  Attachment 4: Contractor Declaration Form’  Attachment 5: Immigration Affidavit and company’s E-Verify profile page or Memorandum of Understanding  Attachment 6: Contractor Substitute 9  Attachment 7: Insurance Requirements  Attachment 8: Reference Questionnaire  Grant Forms See Exhibit “C”  Conflict of Interest  Debarment / Suspension  DBE Form  Grant Acknowledgment  Lobbying RFP 16-6561 Marco Airport Terminal 9 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the 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 Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this 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 delivered before 3:00 PM, Naples local time, on or before May 2, 2016 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist RFP 16-6561 Marco Airport Terminal 10 The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant’s personnel or by the Consultant’s outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions:  The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline.  The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants may submit proposals electronically on www.colliergov.net/bid or submit one paper copy and one (1) compact disk (CD) which includes a copy of the entire proposal (in Word, Excel or PDF). List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act. The County’s procedure for selecting is as follows: 1) The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2) The Request for Proposal is issued. 3) Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimall y responds to the requirements of the published RFP. 4) Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the Purchasing Building and on the County’s Procurement Services Internet site. RFP 16-6561 Marco Airport Terminal 11 5) Prior to the first meeting (Organization Meeting) of the selection committee, the Procurement professional will post a notice announcing the date, time and place of the meeting at least three (3) working days prior to the meeting. At the initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice. 6) Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 7) At the scheduled selection meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. At the conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. 8) At the conclusion of public comments (provided for in number 7), the selection committee members will individually rank order each proposer. Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. 9) 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. 10) In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional inf ormation, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 11) The selection committee’s overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. RFP 16-6561 Marco Airport Terminal 12 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal r esponses are listed below. Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County’s option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves th e right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. Tab I, Project Approach 25 Tab II, Schedule & Quality Control 20 Tab III, Experience and Capacity of the Firm 25 Tab IV, Staff Experience & Availability 20 Tab V, References 10 TOTAL POINTS 100 RFP 16-6561 Marco Airport Terminal 13 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, unl ess 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 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 RFP 16-6561 Marco Airport Terminal 14 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 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 RFP 16-6561 Marco Airport Terminal 15 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. RFP 16-6561 Marco Airport Terminal 16 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County’s separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests’ provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Consultant’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. RFP 16-6561 Marco Airport Terminal 17 Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the cert ificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. County’s Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant’s facilities/project site during and after each work assignment the Consultant is performing. 5. Contractor Performance Evaluation The County has implemented a Contractor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, contractors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County’s project manager: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County’s project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's RFP 16-6561 Marco Airport Terminal 18 mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. The County’s project manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance The Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Contractor’s invoices must include:  Purchase Order Number  Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include:  Traditional – payment by check, wire transfer or other cash equivalent.  Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices RFP 16-6561 Marco Airport Terminal 19 submitted after the close of the fiscal year will not be accepted (or processe d 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 contractor 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. 9. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant’s work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community RFP 16-6561 Marco Airport Terminal 20 Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 11. Survivability The Consultant agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 16-6561 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 12. Principals/Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. 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 submitte d 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. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. RFP 16-6561 Marco Airport Terminal 21 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. Protest Procedures Any prospective 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 purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks If required, Consultant shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. RFP 16-6561 Marco Airport Terminal 22 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 Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit, the Consultant’s proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant’s responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. RFP 16-6561 Marco Airport Terminal 23 Attachment 1: Consultant’s Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concis e and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation RFP 16-6561 - Design Services for Marco Executive Airport Terminal 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 _____________ RFP 16-6561 Marco Airport Terminal 24 Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: The Proposal has been signed. All applicable forms (including grant forms) have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist RFP 16-6561 - Design Services for Marco Executive Airport Terminal The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ RFP 16-6561 Marco Airport Terminal 25 Attachment 3: Conflict of Interest Affidavit 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 proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. 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 My Commission Expires ___________________________________________ RFP 16-6561 Marco Airport Terminal 26 Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. 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: RFP 16-6561 Marco Airport Terminal 27 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: RFP 16-6561 Marco Airport Terminal 28 Attachment 5: Immigration Affidavit Certification CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E - Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E -Verify program may deem the Consultant’s proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant’s / Bidder’s proposal. Company Name Print Name Title Signature Date State of ___________________ County of _________________ The foregoing instrument was signed and a cknowledged 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. RFP 16-6561 Marco Airport Terminal 29 Attachment 6: Consultant Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notif y 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) _______________________________________________________________ (Consultants who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ RFP 16-6561 Marco Airport Terminal 30 . Attachment 7: 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 $100,000 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/ 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/Consultant or anyone employed or utilized by the Contractor/Consultant in the performance of this Agreement. 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 $1,000,000 per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Employee Dishonesty / Crime $__________ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. RFP 16-6561 Marco Airport Terminal 31 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Proj ect 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. Consultant’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Consultant Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ RFP 16-6561 Marco Airport Terminal 32 Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal 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 per sonnel 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: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ RFP 16-6561 Marco Airport Terminal 33 EXHIBIT A Scope of Work, Specifications and Response Format As requested by the Collier County Airport Authority (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Purchasing Department (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Brief Description of Purchase The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. The proposal must identify architectural, MEP, structural, civil and landscape architecture for the complete design and required permits. This is expected to be a three (3) to four (4) year design and construction program due to annual funding constraints and intense seasonal traffic activity and is dependent upon the level of grant funding available through FAA and FDOT. See draft floor and conceptual site plans in Exhibit “B” and “C”. See attached Exhibit “D”, Granting Agency Documents and Exhibit “E”, Granting Agency Forms, incorporated herein by reference. Background The Marco Island Executive airport is served by one 5,000 ft. x 100 ft runway and an existing terminal building of approximately 8,000 square feet. This project includes preparing design plans and bid documents required to relocate the airport terminal to the west, construct a shelter for ground support equipment, demolish the old terminal and construct aircraft apron where the terminal previously existed, and extend the taxiway to the north. The existing general aviation terminal building at the Marco Island Executive Airport is located within an unsafe distance from the active runway, which deviates from current FAA design/safety standards. The building is located approximately 50 feet from the Runway Object Free Area. It is completely within the Part 77 Transitional Surface and future Parallel Taxiway Object Free Area, which is currently utilized an as aircraft parking area/taxilane. This project alleviates safety concerns while addressing ramp/parking capacity issues, which is extremely limited during the busy winter months. The new terminal will be relocated west of the current vehicle parking on land acquired by the Airport Authority between 2006 and 2008. This project includes the preparation of design plans and specifications, bid documents, permitting and construction administration services throughout the life of the project. Detailed Scope of Work The overall project will include two major components and associated breakdown of funding sources. It is anticipated that all design and construction aspects associated with the apron expansion, terminal (obstruction) demolition, and taxiway extension will be primarily funded with Federal (FAA) AIP dollars, while all design and construction aspects associated with the new terminal, GSE and auto parking facilities will be primarily funded with State (FDOT) and local (County) dollars, as depicted in the concept drawing provided in separate attachment. Therefore, services associated with each funding source shall be clearly identified and delineated throughout the life of the project. Phase I -- Design Phase Services: The terminal design shall include, but not be limited to all architectural, civil, structural, and electrical engineering typically required for building construction. This will consist of a 13,000-15,000 square RFP 16-6561 Marco Airport Terminal 34 foot building(s) to be used as the FBO and Authority Administrative Offices. The design must incorporate all utilities, site development and parking. Services shall consist of all phases of design, including but not limited to: programming, schematic design, design development, construction documents, all permitting and services during construction. The structure will incorporate in its design, Collier County’s Vertical Standards, a copy which may be obtained from the Department of Facilities Management. The consultant shall provide the Authority with various building design concepts and options for incorporation in the overall facility layout. The first level floor space allocation as shown on Exhibit B, would consist of customer service, public use space such as public seating/lounge area, restrooms, vending machines, and circulation (hallways, stairs, and elevator). In addition, Authority Operated FBO offices and FBO/Flight line operations space, pilots lounge/planning area, rental car space, equipment storage, fire protection, and mechanical/electrical equipment space would be accommodated on the first floor. The second level as shown in Exhibit B would provide space for Collier County Airport Authority board/conference room and airport management administration including: offices, meeting room, visitor waiting area, file storage, work area, break room, general storage, circulation, and equipment space. The apron expansion, terminal demolition, and pavement removal design shall include (as depicted in Exhibit C), but not be limited to all civil, structural, and electrical engineering typically required for airfield pavement projects on active airports in accordance to FAA requirements and in accordance to FAA Advisory Circulars 150/5300-13, 16, 17 & 18 as well as all supporting services such as surveying (including AGIS) and geotechnical services. The selected firm shall be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. In addition, ability to provide affidavits of no conflict of interest or to provide services separate from private sector clients shall be required. The consultant should be prepared to assist with grant preparation and may or may not be requested to perform administration for FAA and FDOT grant programs. The County’s intent is to set up the contract in Phases. The Design Phase services will be negotiated first and if post bid award and construction services are required, these subsequent phases will be negotiated when funding available. Phase II – Bidding Phase Services may include the following:  Prepare the necessary bidding technical specifications, and bid schedule(s).  Prepare a written cost estimate, engineering and functionality recommendations  Attend a pre-bid conference, if required.  Prepare bid document addenda including drawing revisions and engineering calculations, as necessary or as requested  Answer questions by bidders during the bid period.  Bid Opening: Review lowest three contractors’ bid documents for conformity with technical requirements and completeness of response of the Bid Package and reasonableness of bid quoted.  Make written recommendation as to contract award to Airport staff.  Conform all contract drawings to Addenda as required after award of the construction contract. All contract drawings must be conformed within one month of the construction bid opening date. Phase III -- Construction Phase services may include: The Consultant may be required to coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County’s design Professionals and Contractors. RFP 16-6561 Marco Airport Terminal 35 The Consultant shall provide the overall construction administration and possibly construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. Task 1- Construction Administration  Coordination with FAA/FDOT/County and other agencies  FAA safety plans  Coordinate and attend pre-construction conferences with each A/E and applicable County representative  Overall Contract Management  Coordinate and attend construction progress meetings  FAA/FDOT Grant Management (Quarterly Construction Reports) to include ensuring compliance with all grant terms, conditions, and assurances.  DBE monitoring and compliance  Review/Track/Monitor status of o construction progress o shop drawing submittals o contract document clarification and interpretations (RFIs) o respond or coordinate responses to RFIs o requests for changes to construction cost and or schedule  Review of contractor’s schedule  Provide contractor with schedule comments  Processing of Progress Payments  Verify that the work has progressed to the point indicated  Verify that the work is in substantial accordance with the contract documents  Verify that the contractor is entitled to the payment in the recommended amount  Verify that the A/E has properly Certified the Request for Payment  Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien have and the Bonding Company’s Consent of Payment are included  Recommend payment Task 2 - Construction Inspection  Construction Observation Services  Conduct on-site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled  Resident Project Representative o Report , in writing, whenever it is believed that work is unsatisfactory , faulty or defective o Report, in writing, whenever it is believed that a hazardous condition exists o Maintain log of the work performed to include  When the contractor is on the job site  Weather conditions  Changed conditions  List of visitors  Drilling and testing activities  General observations  Specific observations  Observed testing procedures RFP 16-6561 Marco Airport Terminal 36 o Verify that tests, equipment, and systems start up are conducted in the presence of appropriate personnel o Verify that the contractor maintains adequate records o Provide photographic record of construction o Observe materials and workmanship o Report, in writing, any deviation from the contract document o Coordinate the sampling and testing of materials to be performed by independent testing laboratories o Monitor that record drawing mark-ups are properly maintained Task 3 - Miscellaneous  Confirm project completion with appropriate agencies  Coordinate and attend Substantial Completion Walk through  Assist the A/E with development of a “punch list” of it ems needing completion prior to Final Acceptance  Confirm that punch list items are completed  Coordinate a final review of finished items  Provide recommendation of acceptance of the project  Collect all necessary documentation to close the project/contract o Lien waivers o Contractor’s Final Affidavit o Close-out change orders o Surety’s Final Consent o Process Final Payment  Assist the County with coordination of warranty work (not to exceed the completion date of the agreement)  Transmit all Project/Program related files to the County  Substantial completion  Project closeout  Testing Quality Control The firm shall be required to provide complete services as outlined in the contract or assist the Airport Authority, as a minimum, with the following tasks. 1. Provide final calculations, construction documents and specifications in consultation with the Owner. 2. Prepare and file all applications, data, and documents required to obtain approval of all authorities having jurisdiction over the project. 3. Process, review, approve, and distribute shop drawings, product data, samples, substitutions and other submittals required by the Construction Documents. 4. Construction field observation services consisting of visits to the project site as frequently as necessary. 5. Review and approval of invoices for payments to the Contractor prior to submission to the Project Manager, including verification of compliance with Davis Bacon requirements. 6. Review all change order requests and/or time extension requests by the Contractor. 7. Conduct final inspections and assist Owner in final acceptance of the project. 8. Additional services as may be necessary and appropriate. RFP 16-6561 Marco Airport Terminal 37 EXHIBIT B FLOOR PLAN RFP 16-6561 Marco Airport Terminal 38 EXHIBIT C CONCEPT SITE PLAN RFP 16-6561 Marco Airport Terminal 39 EXHIBIT D GRANT AGENCY PROVISIONS Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 1 AIP Grants and Obligated Sponsors Airports (ARP) The services performed by the awarded Contractor shall be in compliance with all applicable FAA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider 1. ACCESS TO RECORDS AND REPORTS (Applies to subcontracts) 2 CFR § 200.333, 2 CFR § 200.336, FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Applies to subcontracts in excess of $10,000) 41 CFR part 60 -4 , Executive Order 11246 1. The Offeror's or Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade: 17.1% Goals for female participation in each trade: 6.9% These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's go als Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 2 AIP Grants and Obligated Sponsors Airports (ARP) shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Florida, Collier County, Marco Island. 3. BREACH OF CONTRACT TERMS 2 CFR § 200 Appendix II(A) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The County will provide the Contractor or Consultant written notice that describes the nature of the breach and corrective actions the Contractor or Consultant must undertake in order to avoid termination of the contract. County reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the County elects to terminate the contract. The County’s notice will identify a specific date by which the Contractor or Consultant must correct the breach. County may proceed with termination of the contract if the Contractor or Consultant fails to correct the breach by deadline indicated in the County’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 4. BUY AMERICAN PREFERENCE Title 49 USC § 50101 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The County will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. 5. GENERAL CIVIL RIGHTS PROVISIONS 49 USC § 47123 The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 3 AIP Grants and Obligated Sponsors Airports (ARP) 6. Title VI CIVIL RIGHTS PROVISIONS Solicitation Notice: Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in considerati on for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, p roject, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set fort h what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor’s noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 4 AIP Grants and Obligated Sponsors Airports (ARP) respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non -discrimination statutes and authorities; including but not limited to:  Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin);  49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation— Effectuation of Title VI of The Civil Rights Act of 1964);  The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired b ecause of Federal or Federal-aid programs and projects);  Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27;  The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age);  Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);  The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);  Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38;  The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);  Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low - Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations;  Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);  Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 5 AIP Grants and Obligated Sponsors Airports (ARP) 7. CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR § 200, Appendix II(G) (Applies to subcontracts in excess of $150,000) Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the County immediately upon discovery. The County assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. 8. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (Applie s to subcontracts) 2 CFR § 200, Appendix II(E) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of th is clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this clause. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 6 AIP Grants and Obligated Sponsors Airports (ARP) 109 . DEBARMENT AND SUSPENSION (Applies to subcontracts of $25,000 or more) 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 Bidder or Offeror Certification By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Lower Tier Contract Certification The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. 10. DISADVANTAGED BUSINESS ENTERPRISES (Applies to subcontracts) 49 CFR part 26 The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Collier County Airport Authority, as owner of the Collier County General Aviation Airports, to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a DBE. A DBE contract goal of 5.6 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder will be required to submit the following information with their proposal on the forms provided herein: (1) The names and addresses of DBE firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation of the bidder’s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (5) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); (6) If the contract goal is not met, evidence of good faith efforts. Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 7 AIP Grants and Obligated Sponsors Airports (ARP) Prompt Payment Mechanisms (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contract receives from the Authority. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Authority. This clause applies to both DBE and non-DBE subcontracts. Directory (§26.31) The Authority uses the Florida Unified Certification Program (FL UCP) DBE Directory, maintained by the Florida Department of Transportation (FDOT). The Directory lists the firm’s name, address, phone number, date of the most recent certification, and the type of work the firm has been certified to perform as a DBE. In addition, the Directory lists each type of work for which a firm is eligible to be certified by using the most specific NAICS code available to describe each type of work. The Florida Department of Transportation updates the Directory at least annually, and periodically, as necessary. The Directory is available for review by contacting: Justin Lobb, Airport Manager, Collier County Airport Authority, 2005 Mainsail Drive, Suite 1, Naples, FL 34114, 239-642-7878. The Directory may be found at http://www.dot.state.fl.us/equalopportunityoffice/ Certification Process (§ 26.61 – 26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program. The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. For information about the certification process or to apply for certification, firms should contact: Florida Department of Transportation (FDOT) Equal Opportunity Office 605 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850) 414-4747 Equal Opportunity Office http://www.dot.state.fl.us/equalopportunityoffice/ Administrative reconsideration (§26.53(d)) Within ten (10) days of being informed by the Authority that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Gene Shue, Operations Support Director, Collier County Airport Authority, 2885 S. Horseshoe Drive, Naples, FL 34104, 239-252-5169. The reconsideration official will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Authority’s administrative reconsideration official to discuss the issue of whether it met the goal or made adequate good faith Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 8 AIP Grants and Obligated Sponsors Airports (ARP) efforts to do. The Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the US Department of Transportation. 11. TEXTING WHEN DRIVING (Applies to subcontracts exceeding $3,500) Executive Order 13513, DOT Order 3902.10 In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging While Driving” (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the County encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. 12. ENERGY CONSERVATION REQUIREMENTS (Applies to subcontracts) 2 CFR § 200, Appendix II(H) Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201et seq). 13. EQUAL OPPORTUNITY 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a noti ce to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 9 AIP Grants and Obligated Sponsors Airports (ARP) (5) The contractor will furnish all information and reports required by Executive Order 11246 o f September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, termi nated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 14. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 29 U.S.C. § 201, et seq All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor or Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor or Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division 15. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 31 U.S.C. § 1352 – Byrd Anti -Lobbying Amendment , 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 10 AIP Grants and Obligated Sponsors Airports (ARP) shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 16. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Applies to subcontracts) 20 CFR part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. 17. SEISMIC SAFETY 49 CFR part 41 Professional Service Agreements for Design - Seismic Safety In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard which provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the County a “certification of compliance” that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. 18. TERMINATION 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09 Termination for Convenience (Professional Services) The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 11 AIP Grants and Obligated Sponsors Airports (ARP) County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Termination for Default (Professional Services) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the c onditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by County approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the County: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the County’s breach of the contract. In the event of termination due to County breach, the Engineer is entitled to invoice County and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. County agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Required Contact Provisions Issued on January 29, 2016 Page 12 AIP Grants and Obligated Sponsors Airports (ARP) 19. TRADE RESTRICTION CERTIFICATION 49 USC § 50104, 49 CFR part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the County if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the County cancellation of the contract or subcontract for default at no cost to the County or the FAA. 20. VETERAN’S PREFERENCE 49 USC § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. RFP 16-6561 Marco Airport Terminal 40 EXHIBIT E GRANTING AGENCY FORMS  Conflict of Interest  Debarment / Suspension  DBE Form  Grant Acknowledgment  Lobbying Collier County Board of County Commissioners Proposal for CCNA Solicitation, RFP 16-6561 – Design Services for Marco Island Executive Airport Terminal May 16, 2016 04054.KH.16Tab I.Cover Memo Cover LetterTab I. Cover Memo Cover Letter May 16, 2016 Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 Attn: Brenda Brilhart, Procurement Strategist Re: Design Services for Marco Island Executive Airport Terminal, RFP 16-6561 Dear Ms. Brilhart and members of the selection committee, Airport terminals function as the “front door” to a community for people arriving by air and will often be the first and last impression for people visiting the area. As such, the Marco Island Executive Airport Terminal facilities should be designed to express the quality and character of the area. In order to achieve this goal, it is very important that the Collier County Airport Authority (Division) selects a consultant team with experience to develop a design that not only creates a functional, cost-effective facility, but also clearly represents the local identity and regional factors of Marco Island and the Division. Project experience: The Atkins team key personnel have substantial and relevant experience in airport terminal planning, design, civil and airfield engineering, construction phase services, and all related support services directly applicable to a new terminal facility of this size. A relevant example of our experience includes the Page Field (FMY) Base Ops in Fort Myers. This new general aviation terminal exceeded the expectation of the Lee County Port Authority and won the AAAE General Aviation Architectural Project of the Year Award in 2013. Project team: Darin Larson, PE, LEED AP, will serve as the project manager for the Atkins team and will remain actively involved and committed through the duration of the contract. Based in Fort Myers, Mr. Larson will bring to the Division the lessons learned, new ideas, and innovative solutions he has developed from his recent experience working on a number of airside and landside development projects for airports throughout Florida, the U.S., and abroad, including projects at nearby Southwest Florida International Airport (RSW) and Page Field Airport (FMY). Atkins’ subconsultant teaming partners were selected for their recent and relevant project experience and our extensive and successful working relationships together in Florida. Mr. Larson will be actively supported by a team of qualified experts who specialize in the range of services anticipated for this project, most of whom have managed major terminal and airfield development assignments themselves. • SchenkelShultz Architecture – Architectural Lead • AVCON, Inc. (DBE) – Mechanical, Electrical, Plumbing/Fire Protection (MEP/FP) Lead • TRC Worldwide – Structural Lead • Urban Green Studio (DBE) – Landscape Architectural Lead • Tierra (DBE) – Geotechnical Engineering The majority of our key staff are based in Naples, Fort Myers, and Tampa offices. This local experience has yielded a successful track record of coordination through local County and agency permitting processes. We have a similar successful record with the Federal Aviation Administration (FAA), Airport District Office (ADO) in Orlando, Federal Department of Transportation (FDOT) Office of Aviation, and are very familiar with their grant administration requirements and procedures. With our long history of serving as general consultant to numerous airports, we are extensively familiar with the planning, design, and construction characteristics of all phases of airport development—from initial funding and planning to project closeout. Every project has its own unique set of circumstances, and our team will work with the Division and the stakeholders to clearly identify the key project goals for the Marco Island Executive Airport Terminal. We look forward to providing the Division with outstanding aviation architectural and engineering design services and being a part of its bright future. If you have any questions, please feel free to contact me at 480.538.1573 or justin.jones@atkinsglobal.com or our project manager, Darin Larson, at 407.620.8112 or darin.larson@atkinsglobal.com. Sincerely, Atkins Justin Jones, PE Senior Vice President | officer of the firm 20860 North Tatum Boulevard Phoenix, AZ 85050 480.538.1573 Justin.Jones@atkinsglobal.com Darin R. Larson, PE, LEED AP Project Manager 1514 Broadway, Suite 201 Fort Myers, FL 33901 407.620.8112 Darin.Larson@atkinsglobal.com Ms. Brilhart and members of the selection committee May 16, 2016 Page 2 of 2 04054.KH.16Tab II.Project ApproachTab II. Project Approach A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab II: Project Approach The Atkins team’s approach will be a true collaborative effort among all its team members and the Division staff. By combining the resources of Atkins, SchenkelShultz, AVCON, and our specialty firms TRC Worldwide Engineering, Inc. (TRC), Urban Green Studios, and Tierra, we provide the Division with a team that has experience working together and a project approach that includes an ongoing exchange of ideas; continual value engineering; and enhanced quality control processes that could accelerate schedules, reduce costs, and minimize risks. Atkins’ subconsultant team members were selected for their recent and relevant project experience and our extensive and successful working relationships together in Florida. Through our team’s mutual experience working with domestic and international airports across Florida and the U.S., we are keenly aware that flexibility and adaptability to changing conditions are essential elements to prolonged success. Airports are powerful engines of local economic development, attracting both aviation and non-aviation commerce to the surrounding region. By taking the initiative to relocate and update the general aviation terminal at Marco Island Executive Airport Terminal, the Division has displayed foresight and vision while continuing to contribute to the economy. The Atkins team aims to fulfill the goals of this initiative. The team’s experience with similar terminal improvement projects has allowed us to develop the following proven project approach. Approach philosophies and methodologies For the Marco Island Executive Airport Terminal project, our project team will use a consensus building design process to ensure that the team understands and addresses the vision of our client, while seeking input from the user groups and stakeholders who will be responsible for operating and maintaining the facility throughout its lifetime. This process that has been used successfully on numerous other executive/general aviation Terminal projects around the country, including the Page Field (FMY) Executive Terminal in Fort Myers, now known as “Base Ops”. The goal of the FMY Base Ops was to not only create a very functional facility, but to also create architecture and an environment that captured and expressed the aviation history of FMY Base Ops and the local architectural vernacular of the region. SchenkelShultz | FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL The project exceeded the expectations of the Lee County Port Authority and won the Florida Airports Council Environmental Excellence Award in 2011, The Florida Planning & Zoning Association Outstanding Environmental Project Award in 2012, and the AAAE General Aviation Architectural Project of the Year Award in 2013. Executive terminals function as the “front door” to a community for people arriving by air and will often be the first and last impression for people visiting the area. This is why an executive terminal should be designed to express the quality and character of the area to welcome visitors, passengers, and flight crew. To achieve this goal, it is important that the project design approach is carefully considered and then executed to the highest standards. Our project approach incorporates the following key phases: • Programming phase • Data gathering – Survey and high-definition scanning – Geotechnical – As-built verifications • Site analysis/master planning • Understanding sense of place (identity and regional factors) • Project goals identification • Programming evaluation and project requirements • Evaluation of concept floor plans • Design phase • Development of options • Resolution of issues • Development of cost-effective solutions • Budget evaluation and confirmation (through each milestone) • Phasing plans DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 1P#50139.05.16 ATKINS • Design progress – Schematic design – Design development – Construction documents • Permitting • Construction • Bidding process • Construction administration and inspection Programming phase Data gathering To understand and design a new terminal, it is critical to assess existing conditions of the original terminal and it’s subsequent facilities. If appropriate investigations are completed at the onset of the project, it will reduce the risk of unnecessary work later in the project and improve the predictability of the schedule and budget. The investigation phase consists of multiple tasks that can be completed concurrently. During this time, the project team will review existing data, conduct a topographic survey, perform a visual inspection of the existing facility, and commission a geotechnical investigation by Tierra. Survey and high–definition scanning During the project definition phase, the project team will request existing topographic surveys that the team can use and create a plan to obtain any necessary additional surveys. Our surveying team will use the advanced technology of High Definition Surveys (HDS). HDS is recommended for this project because it greatly increases the amount of data that can be collected while also decreasing the amount of necessary field work and access. Therefore, it reduces the impact to airport operations. Atkins recently performed an entire exterior and interior scan of the Tampa International Airport’s (TPA) main terminal for a recent project. This information was used to build an existing condition model much faster than traditional field tape measuring and topographic survey methods would have allowed. Geotechnical Geotechnical investigations will be completed by Tierra, a DBE firm specializing in providing geotechnical engineering, geotechnical drilling, and construction materials testing services. Tierra has experience with ongoing airport operations and requirements. It is anticipated that geotechnical investigations will be used to provide the required input for foundations and civil interface designs. During the project definition phase, the project team will coordinate with the airport to develop a plan for geotechnical testing. As–built verifications Each team member will conduct detailed surveys of existing in–place systems and infrastructure. Using the HDS surveys, the team will review their disciplinary conditions and evaluate how they may affect the design and consideration for ongoing operations. These verifications will be documented and reviewed with the airport staff for a clear understanding of constraints and issues. This evaluation will inform the team’s approach as they move into design. Site analysis/master planning Evaluation of the site factors and context are critical starting point for the project. The project team will begin with a master plan to assess site planning, building placement, landside and airside issues, security, utilities, and existing civil infrastructure. Using the latest CAD simulation software (PathPlanner), the project team will provide the Division with actual vehicle and aircraft movement simulations depicting operational flow and a sense of overall maneuvering efficiency in relation to vehicle parking lot and access roads, aircraft parking apron and taxilanes, access to existing hangars, and clearance from airfield safety/object-free areas. These factors will be evaluated in conjunction with facility space needs assessment square footages to develop the actual building area and site layout. With this approach, the building area and site layout plan are developed with a good understanding of the project requirements, the Division’s vertical standards, FAA standards, airspace/airfield criteria Atlanta Regional Airport, General Aviation area jet blast analysis Atlanta Regional Airport, General Aviation area FAA wingtip clearance analysis DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 2P#50139.05.16 ATKINS and response to the surrounding context with respect to setbacks from the street and adjacent property, and sustainable design practices. Understanding sense of place (identity and regional factors) As previously stated above, the executive terminal will be the “front door” and first impression of the area for visitors arriving to the area, and the first and last stop for residents and regular travelers who call the community home. Consequently, it is important that the project convey a strong sense of place for the locale and clearly represent the local identity and regional factors of the specific location. As one of the early steps in our project approach, our team will develop a list of important factors and imagery that helps develop and capture an appropriate sense of place and establish the appropriate project identity. Through these initial workshops and discussions with the stakeholders, the team will develop the appropriate imagery and character that will represent Marco Island and the Division appropriately. The resort nature of the community will be highlighted, such as the proximity to water for boating and tropical landscaping, to emphasize the lifestyle so many come to south Florida to enjoy. The established and agreed-upon direction will inform the best use of landscape, architectural forms, and materials to create a project that clearly fits the context and represents the area well. Urban Green Studio is well-versed in the Division’s landscape architecture, which enables them to provide an additional local aesthetic to the outside building areas. The identity of the project will also be an important factor to establish. The FMY Base Ops is a good example of how our team implemented this key element of our project approach to establish identity for a project. For FMY, it was important for the airport and community to commemorate the history of the airfield and its role as a World War II U.S. Air Force advanced fighter training base. Our team conducted extensive investigation into the history of the airfield and collected information from the local historical society with photos and articles from this time period. This was combined with additional research on World War II aviation architecture that had been used in the time period’s hangars, Quonset huts, and airport terminals. Key architectural items and design elements were identified and then used in the project in historically accurate ways to capture the era’s feel and identity. The team collected artifacts from this time period such as historic photographs and World War II posters which were used to create banners to display, and Gary Krueger, AIA, our team’s principal-in-charge/project manager, traveled to Mexico to help secure the P-150 Mustang that is hanging in the lobby. Memorabilia was highlighted in museum cases, which was specified as part of the construction. In addition, a full-size replica of a P-51D Mustang aircraft is suspended from the main lobby ceiling, and a restored North American T-6 aircraft is displayed outside of the building. Specifications for creating the model replica and providing the restoration were part of the bid documents prepared by team member SchenkelShultz, and monitoring of the model construction and restoration processes, were part of the construction administration phase. The P-51 was physically constructed in Mexico, involving travel to the construction site to provide progress inspections for quality control. This is one example of the dedication our team will bring to your project and the attention to detail that is required to create an exceptional project. Identify project goals Establishing project goals from the start provides the guidelines needed for all decision-making throughout the project. Every part of the project will be evaluated to ensure it will help deliver the established goals. The project team will work with the key stakeholders to help identify and prioritize the project goals. Using the example of the FMY Base Ops, the goals were established with the airport staff at the project’s outset and as noted above, one of the primary goals was to develop a facility that would commemorate and honor the history of the airfield and the role of FMY in training World War II pilots. This required large-scale decisions such as the architectural style of the building and the layout of the site plan, all the way down to details such as handrail design, light fixture selection, floor patterns, and the imagery and aircraft on display in the terminal. Every project has its own unique set of circumstances, and our team will work with the stakeholders to clearly identify your project’s key goals. These become the benchmark to evaluate the design process and ensure all decisions made reinforce these goals. The project team understands that the Division has a desire to ensure that the new terminal building will meet LEED Silver compliance. Although not mandatory based on the RFP requirements, the Atkins team will ensure that this goal will be addressed and implemented pending the Division’s direction during this goal setting process. Our project team member SchenkelShultz has designed six LEED-certified terminals. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 3P#50139.05.16 ATKINS Programming evaluation and project requirements The programming evaluation and project requirements stage is critical to ensure a successful design for the new terminal and airside facilities. During this stage, we propose to tour other terminal facilities with key project stakeholders such as FMY Base Ops in Fort Myers and Orion Executive Terminal in Miami. The objective of this exercise is to gain a better understanding of your project goals and the specific functions your building will need to support throughout its lifetime. This was one of the early steps in the FMY Base Ops project, and the airport staff joined the design team on a tour of similar facilities around the state. Reviewing completed projects onsite is a clear way for the entire team to understand approaches and design elements that are considered as either pros or cons for your project. The arrangement and adjacencies of spaces, sizes and dimensions of areas, the overall impression of the facility, materials used, lighting effects, and aircraft operations, are all readily understood during the site walks. This will give the entire team a reference point for project goals and which items to incorporate and which to revise. The tour of projects for FMY Base Ops became an ongoing reference point for the team throughout the project’s design development. Engagement from the stakeholders will be critical at this juncture. Our previous design experience and exploration of existing similar facilities will be invaluable to the team as we work to develop a program that meets the long-term maintenance and operational needs of the airport. Additionally, it is important for us to verify if there are needs for additional future expansion, current square footage, and other requirements. Once we have obtained initial information from the stakeholders, we can evaluate projected growth and expansion needs to calculate your square footage requirements. From this, we will develop a proposed space needs analysis to determine what the gross building square footage should be and projections for 5-, 10-, and 20-year future requirements. The space needs analysis will provide an itemized list of the required spaces in the facility that meet the airport’s needs. We will use this information to “right-size” the building to the most efficient size possible and allow the team to design the project to budget while providing the best possible facility for the best value. Evaluation of concept floor plans and site plans Evaluation of the current building area plan and preliminary floor plans will be a starting point to develop the site plan and general floor plan diagrams. With our team’s experience designing dozens of executive terminals, we will offer insights on how to improve these plans for efficiency, operational needs, and design approach to support the project goals that are established early in the process. In conjunction with developing an efficient program, the plan layouts will be revised and refined to minimize project footprint in order to reduce construction costs for the project while meeting all of the functional requirements and establishing the best space adjacencies to ensure the most efficient operation of the building. Design phase Develop options and resolve issues Our team will develop several alternative design options to review with the stakeholders at a series of design workshops. Initial concepts will be developed and vetted in house by our team, and the best alternatives will then be presented to determine the preferred direction for the project and ultimately the best design to document and detail. This process will include an architectural and engineering analysis to identify appropriate building style and materials; best approach to structural, mechanical, electrical, and plumbing systems for constructability, maintenance, and operating costs; and overall apron design considerations related to pavement design, aircraft parking, maneuvering, and spacing. Structural design TRC provides complete structural engineering services based on analysis, design, economic consideration, and functional requirements. TRC has considerable experience with the Division and Marco Island, they understand the unique functions and needs of these agencies. Additionally, TRC and SchenkelShultz have worked well as a team because their commitment to their clients and their satisfaction with the final product has been the goal. SchenkelShultz | Orion Jet Center Terminal and Hangars, Opa Locka, FL DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 4P#50139.05.16 ATKINS For aviation projects, TRC understands their services are much more than structural engineering alone. That is why TRC implements Building Information Modeling (BIM) through Revit software which is crucial in coordinating disciplines and providing clients with their spatial needs. For instance, at FMY Base Ops, the client requested assistance from the design team to hang a replica of a World War II plane from the roof. TRC provided renderings of the plane in the two–story space to assist in deciding the scale of the replica plane including assisting in hanging the plane and ensuring the structural integrity of the model. Mechanical, electrical, and plumbing/fire protection (MEP/FP) design AVCON is the project team’s MEP/FP expert and has recent experience on several Florida terminal projects and aviation support facilities. Energy conservation is an important consideration in all of the systems for the new terminal. For example: • Mechanical – HVAC design will include the use of high-efficiency cooling plant equipment exceeding full load and integrated part load value requirements of the FBC Energy Conservation Code. variable air volume air (VAV) handling units, we will usereducing system air flow at non–peak conditions and saving fan energy. Demand ventilation will be implemented where applicable to reduce outside air requirements in low occupancy periods. • Electrical – The lighting design should include the use of LED fixtures to achieve the desired lighting levels and exceed the energy code requirements. Automatic and manual lighting controls will be provided to reduce lighting levels in occupant areas as required by code. Power distribution, emergency power generation, lightning protection, and low-voltage system design will also be considered in the design development phase. Low-voltage systems include telephone/ communications, fire alarm, access control, and CCTV design. • Plumbing – Plumbing fixtures will be specified with water flow rate controls to exceed code. Automatic valves will be provided at lavatories, water closets, and urinals to limit the delivery of water per cycle (lavatories 0.25 gallon per cycle, water closets 1.6 gallons per flush, urinals 1 gallon per flush). • Fire protection – Fire protection systems will consist of water–based fire suppression design in accordance with NFPA 13, Florida codes, and the Division codes. AVCON’s fire protection system experience includes preparing complete fire suppression system plans supported by hydraulic calculations and specifying performance based system design, as required and/or desired by the client. Pavement design Atkins will provide the site civil and pavement design services. With a Ph.D. in pavement materials and extensive experience working with airfield pavement in Florida, Manuel Bejarano, Ph.D., PE, provides the project team with the expertise to develop a cost-effective apron pavement design that will address the following challenges associated with asphalt pavement at Marco Island: • Large corporate aircraft wheel loading – High tire pressure of corporate aircraft can lead to dimples at designated parking locations, creating small birdbaths and rough surfaces. SchenkelShultz and TRC | FMY Base Ops, General Aviation Terminal and Hangar TRC | Naples Municipal Airport, General Aviation Terminal AVCON | Orlando International Airport, lighting and bathroom renovations DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 5P#50139.05.16 ATKINS • Aircraft refueling operations – Apron pavements are subjected to fuel/hydraulic fluid spills that soften the asphalt surface leading to raveling and potholes. • South Florida weather – Sun exposure and heat oxidizes the asphalt, making it brittle and susceptible to cracking and raveling. Reducing the impact of these factors can be accomplished with proper material selection and/or proper maintenance activities. The project team will evaluate each based on a life-cycle cost analysis and provide a project solution that is tailored to the conditions and available materials specific to Marco Island. These options include, but are not limited to: • Fuel resistant asphalt pavement – Fuel resistant asphalt is to be used in the top 1 to 2 inches, and it is designated as P-601 in the current FAA construction specifications. This mix uses a fine aggregate mix, a 50–blow count Marshall compaction, low air voids, and a fuel resistant binder. This type of mixe has been used with success at other commercial airports. • Seal coating of standard asphalt pavement – An alternative to fuel-resistant mixes is to use a standard asphalt sealed with a coal tar sealant. However, several applications may be required since some of the coal tar sealants way be prone to cracking. Although thermo plastic coal tar sealants are less prone to cracking, proper application timing is required to ensure the underlying asphalt layer has developed the necessary strength to sustain deformation against wheel loads. • Concrete pavement – An alternative to petroleum base surface layers is concrete. Concrete surfaces are not susceptible to fluid spills or deformation, and, if properly constructed, almost no maintenance is required for the next 40 years. For Marco Island Executive Airport, concrete can be supplied from ready mix suppliers near Naples Municipal Airport, which are about 35 miles away. Since Naples Municipal Airport has used concrete for some of their corporate apron pavements, the same mixes (with some modifications) could be potentially used for Marco Island Executive Ariport. One of the key components to consider for Marco Island Executive Island will be hauling distance and ambient temperature during construction. One additional advantage of concrete over asphalt is that concrete is light colored, which means that it feels cooler and provides better visibility. This could be an advantage for personnel that work on the apron. Landscape architecture design Urban Green Studio is well-versed in the Division landscape architectural standards and will provide low- maintenance, ecologically and financially sustainable landscaping to the outside building areas and vehicle parking lot. Through our experience with airport-related facilities, we anticipate the following criteria to be central to the landscape design: • Minimize wildlife attractants – Avoid using plant materials that provide food and habitat to wildlife, particularly birds. Landscape elements must not provide nesting or roosting habitat for wildlife. • Long-term sustainability – Use plant materials that have proven reliability, low-water needs, and require little maintenance. Given the site location, it is very likely that the irrigation source (if ground or surface water) may have high salinity. We would recommend a plant selection with high salt tolerance with mostly native coastal plant materials. • Irrigation efficiency – Provide an irrigation system that is tailored to the plant layout, which can be managed in an efficient manner. • Maintain safety and security – Landscape features must not interfere with terminal operations nor create security issues. • Arrival experience – Provide an attractive, high-quality landscape aesthetic for the first-class travelers that the Marco Executive Airport accommodates. Urban Green Studio | Key Marco community, entrance landscape design Atkins | Sanford-Orlando Airport Runway 9L-27R, Heavy Weight Deflectomter (HWD) DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 6P#50139.05.16 ATKINS Development of cost-effective solutions With our extensive experience designing and monitoring construction of executive terminals and apron/taxilane areas, we have learned to identify potential issues early in the design process to minimize potential cost, permitting, construction, and operational issues. We will bring this experience to your project to ensure effective operation of the facility and accommodations for staff as well as service to the community. Atkins team has a proven track record of delivering creative and innovative design solutions to incorporate the program elements efficiently into the project to use space in the most efficient manner and minimize the project footprint and cost. With our extensive experience designing and constructing projects, we have a clear understanding of the current state of construction costs and building systems/components. With this understanding, we know how to design a project to make the best use of the budget and deliver the highest quality project that will remain in budget. Anyone can remove dollars from a design; however, if the basic concept is lost or if long-term maintenance costs are increased (through inappropriate material substitutions), the clients’ interests are not served. Our approach is to achieve more for the same cost, not to cheapen the project. Value analysis is spending money in the right places. Final decisions will obviously rest with the Division; however, Atkins can provide a high-level of value to our analysis of where costs should be reduced based on informed decision-making. Budget evaluation and confirmation (thruough each milestone) Atkins team will use cost estimating at key milestones by professional estimators based on drawing take–offs and real-time construction cost database information in a process that is the same used by contractors during bidding. This allows the Atkins team to make adjustments as the project design develops as needed to stay on track and maintain the project budget. This process identifies any gaps or coordination issues in the drawings that can be resolved prior to finalizing the construction documents for bidding. We will use our experience in construction to evaluate bids received from potential construction firms on behalf of the owner. Development of phasing plans All successful terminal improvement projects must minimize impacts to airport operations and passenger conveniences. During the schematic design phase, the Atkins team will meet with the airport and other appropriate stakeholders to discuss project phasing. The successful maintenance of operations begins with the initial design planning and clear understanding of construction phasing. Atkins team’s extensive experience with aviation terminal design in an active environment provides us with a clear understanding of how to properly phase construction to minimize the disruption of terminal activities and airport operations. One of the most important aspects of your project scope is a logical and manageable construction phasing plan. Aviation facilities are dynamic environments. They operate 24 hours a day, 7 days a week, and 365 days a year. There are peak traffic seasons and moderate to slow traffic seasons. We understand the delicate balance that must be achieved between the daily operations and construction activities. We will work with the Division staff and all stakeholders to ensure that operational issues, facility access, apron access, life safety requirements (egress widths, exit door accessibility, etc.), and security requirements for Marco Island Executive Airport Terminal is not compromised during any phase of the proposed construction. We will consider the circulation pattern throughout the airport to develop the approach to maintaining the use at the current facilities. It is important to consider the circulation pattern throughout Marco Island to ensure the overall pattern of facility use and derive this into a successful phasing plan. When developing project phasing, we sometimes employ a proven method of creating phasing plans that are prescriptive rather than restrictive. We identify work areas and their operational constraints, yet still allow the contractor some flexibility to adapt to preferred construction methods while maintaining appropriate operational controls, passenger conveniences, and clear wayfinding. This approach can vary from traditional phasing plans that prescribe exact time frames and requirements for the contractor. We have found that this approach to phasing helps foster a team atmosphere by allowing the contractor to have creative input before the project begins. The contractor will also be able to incorporate specific work methods into the construction phasing. We can explore this alternative with the Division staff for suitability. Design progress Ultimately, the goal of the process is to generate a product that will result in a well-constructed and satisfactory project while mitigating the potential for requests for information, change orders, and cost overruns during construction. All of our team members have considerable design and DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 7P#50139.05.16 ATKINS relevant field construction experience, are fully invested with their plans and specifications, and have worked with contractors to get projects built. This experience provides them with the ability to identify and mitigate change order–susceptible design elements. The resulting design product is one that will remain within budget during construction. Typically, design progresses through submissions at a 30, 60, and 90 percent as well as final design stages. Each of these interim submissions allows the Division to make specific review comments and ensure the project is still moving towards the desired results. It also provides specific milestones for internal quality control reviews. Schematic design (30 percent design) The Atkins team will work closely with the Division to develop solutions that accommodate all goals and needs in an aesthetically pleasing, energy efficient, and maintenance–friendly way. Our design professionals will work with the Division to develop suitable design ideas and ensure that the new design is cohesive with the experience of the entire airport. Cost estimates will be prepared to validate budget performance. Design development (60 percent design) At this stage, review comments from the Division will be incorporated. We will work with the Division to finalize finishes selection and design approach. Design options for all project components will be considered for their impact on Division maintenance standards, aesthetics, budget, operations, and schedule implications. Detailed life safety studies shall be conducted to ensure passenger and staff safety. Design solutions will be finalized in preparation for the construction documents stage. Cost estimates will be updated to validate budget performance. Construction documents (90 and 100 percent) Review comments from the Division will also be incorporated at this stage. We will work with the Division to finalize the technical documentation of the design. All approved design options will be sufficiently detailed with full consideration given to maintainability, phasing, and final operations. The final life safety documents will be updated for permitting review clarity and confirm valid life safety and code compliance. A final cost estimate update will be prepared to revalidate budget performance. Permitting Code compliance and building permitting Successful planning is key to ensure the project is designed to meet all code criteria and obtain project building permit. Our team has assisted with permitting compliance for hundreds of aviation projects in various jurisdictions, as well as on numerous commercial projects within Collier County, and have developed a proven path to ensure building permit is obtained in a timely fashion. Our team will conduct a pre-application meeting with the Division’s Development Review committee/team and FAA staff to establish the project approach and ensure conformance with code requirements. This process allows the team to be in agreement and have a mutual understanding of the project and application of code requirements, which will help establish a direct path towards an approved permit. The Atkins team will conduct periodic meetings with all disciplines of code enforcement to ensure our design accommodates all code requirements at local, state, and national levels, including compliance with the Division’s Architectural Standards for building aesthetics. Early start of the code review process is part of our proactive approach to ensure our clients receive the best service possible without any schedule delays. Stormwater/environmental permitting Our stormwater and environmental permitting team will be led by senior environmental scientist Ed Cronyn, PWS, and senior drainage engineer Richard Wawrzyniak, PE, who both have extensive experience obtaining permits for public infrastructure projects from the Florida Department of Environmental Protection (FDEP), South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACE). Environmental permitting is not anticipated to be a significant issue in regards to the cost or time of this project. However, to ensure expedited permitting, we will conduct a pre-application meeting to identify all issues and permitting options up front prior to submittal and will also submit all permit application materials electronically. Based on our review of the permit files for this project and the proposed site plan, the conceptual design will remain within the area already covered by existing permits, or constructed prior to permitting requirements, and will not result in direct impacts to jurisdictional wetlands. Therefore, no USACE permit will be required. An environmental resource permit (ERP) will be necessary due to modifications of the surface water management system. The most recent ERP was issued by FDEP, 11-0129042- 006 on August 1, 2013. A modification of this permit will be required. If the project will require dewatering for construction, a dewatering permit will be obtained from SFWMD concurrently with the ERP. In addition to ERP requirements, the design of the water management system will also need to incorporate FAA criteria, specifically to avoid creating areas attractive to wading birds, waterfowl, and other wildlife. The stormwater pond for this site, DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 8P#50139.05.16 ATKINS depicted at the west side of the apron expansion, will therefore be designed to meet both ERP and FAA criteria. Further, a crocodile management plan will be prepared and submitted with the ERP modification, in accordance with U.S. Fish and Wildlife Service guidelines for the protection of crocodiles (and alligators due to similarity of appearance). No other significant wetland or wildlife issues are anticipated. Construction phase Bidding process During the bid process, the Atkins team will perform standard bid assistance procedures including responding to bidders’ questions and preparing required addenda. Questions raised during bidding will be recorded and responded to in writing to maintain a complete record. If requested, the Atkins team will also assist with the pre- bid meeting. Upon bid receipt, we will review them with our cost estimator and conduct a bid analysis. This analysis is performed to compare the bids received against each other and against the architect/engineer’s estimate to identify irregularities. Based on the analysis, we will prepare a recommendation of award for the Division. After the award is approved and contracts are signed with the contractor, the Atkins team will prepare conformed documents incorporating the bid documents, changes made via addendum, and contractual documents for use during construction. Construction administration and inspection Construction administration is critical on every project. To ensure consistency and adherence to project goals as a project moves from design into construction, we engage our construction administration department from the early stages of development. Our construction administration staff provide feedback to our design staff on constructability alternatives to design concepts. They attend appropriate meetings and participate in the document review process to ensure a thorough understanding of the project prior to the start of construction. Once construction begins, Darin Larson, PE, LEED AP, project manager, and appropriate design staff will attend regular construction meetings, coordinate support services, regularly visit the site, and respond timely to issues. Our key personnel are located in Fort Myers, Naples, and Tampa and are readily available to attend meetings and/or construction site reviews. The Atkins team will review shop drawings and pay requests in a timely manner and coordinate the review with the Division staff. To track submittal status, the Atkins team will maintain a submittal log which will include the receipt date, date processed, date forwarded to the contractor, and disposition. Contractor requests for information will be addressed promptly with a log maintained for records. The Atkins team will monitor the contractor’s schedule during construction, relying upon our expertise with terminal construction projects to identify potential schedule slippage concerns. If schedule slippage concerns arise, we will facilitate with airport staff and the contractor for opportunities to bring the project back on schedule. Design team members will periodically visit the site and observe construction status. Upon substantial project completion, the Atkins team will prepare a punch list of items not in accordance with the contract requirements or incomplete. The design team will monitor completion of these activities and assist in determining and documenting the condition and date of final completion. The Atkins team, with the Division staff, will conduct final inspections. The execution of the construction phase with specific attention to detail, cost, and schedule will ensure that the new Marco Island Executive Airport Terminal area is a successful facility that the Division will be proud to operate, customers and pilots will want to visit, and staff will feel positive and want to work in for many years to come. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 9P#50139.05.16 04054.KH.16Tab III.Schedule and Quality ControlTab III. Schedule and Quality Control A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab III: Schedule and Quality Control Schedule The dedication of a core staff for projects and experience of our project managers help us to complete work on schedule and within budget. Because of the depth of staff resources available, we can call upon additional professionals from our other offices to help during particularly intense work periods, if necessary. We have a well-earned reputation for completing quality work on accelerated schedules through the process of work-sharing. Our experienced staff, well-defined procedures, and strong appreciation of our clients’ needs and expectations have contributed to on- time and within budget deliverables. Atkins understands that design and construction for this project is expected to take 3 to 4 years due to annual funding constraints and seasonal traffic activity. Since winter is the peak season for traffic, construction during the winter months will be limited. Additionally, FDOT typically awards grants in June while FAA typically awards grants in September. This will allow the new terminal construction and related site work to begin first as it is being funded by FDOT and Collier County. Additionally, the new terminal can begin construction while the existing terminal is still being utilized for operations. Once the new terminal construction is complete and commissioned, demolition on the old terminal can begin along with the apron and taxiway construction being funded by FAA AIP grant. Based on this information and our past experiences, we have provided a schedule showing a possible approach to the project delivery, shown in Figure 3-1. The schedule, as shown, is an initial schedule based on certain assumptions and would require additional input from the Division. Please note that the phase of construction that includes demolishing the existing terminal and construction of the apron and taxiway can be completed faster than what is shown. However, we allowed extra time for additional phasing as to not impact operations significantly during the busy winter months. We will work with the Division to develop a more detailed and specific schedule incorporating your goals upon selection. Detailed phasing Atkins’ ability to meet schedules and budget estimates is evidenced by our high rate of satisfied clients. Nearly 90 percent of our work comes from repeat clients. will be incorporated as we develop this with the airport staff. The team members involved in each milestone listed in the schedule is shown on Figure 3-1. While not shown on the figure, the design team will be involved during construction as necessary. The availability of each team member is included under Tab 5. Darin Larson, PE, LEED AP will successfully manage cost and schedule aspects throughout each project life cycle, from planning to completion. Figure 3-2 depicts our cost and schedule control process and the associated tools used. We know staying within our budgets is important—every dollar saved in professional services fees can be used to build, operate, or maintain the Division’s facilities. Atkins understands that costs and schedule are interrelated. We have a proven track record of responding quickly and completing assignments on tight schedules when our clients have the chance to capture funding and respond to business opportunities. We understand that delivering projects on schedule helps minimize risk and control costs. Our project manager and task leaders, supported by our schedule and cost estimating experts, will develop detailed schedules and budgets for this project. The goal of the process is to achieve efficiency and quality—the first time. Our team commits to developing an on-time project that uses available funding as efficiently as possible to achieve the greatest benefit for the Division. We will develop and control the budget and schedule for the project using established protocols defined in our standard operating procedures and QA/QC manuals. These handbooks provide guidelines for cost control using the application of proven standard procedures, software tools, and techniques—all of which can be applied on this project to benefit the Division. At the beginning of the project, we will develop a more detailed schedule with the Division to establish a budget. This project schedule will establish an organized delivery system for the services required, defining work tasks and critical paths for completion within the overall project time frame. In addition, our team will identify project deliverables and milestones for use in project management and review. Our budgets are based on historical costs for similar projects and estimated levels of effort for each individual project. A systematic process of budget preparation and monitoring develops and controls costs for all Atkins contracts. This DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 10P#50139.05.16 Figure 3-1. Schedule Team members 3. FB, DL, GK 6. DL, LS, KM, AM, CH, GK, ZP, PM 7. DL 10. DL, LS, KM, AM, CH, GK, ZP, PM 11. DL, LS, KM, AM, CH, GK, ZP, PM 12. RM 13. MJ 14. DL, LS, KM, AM, CH, GK, ZP, PM, MJ, RM 15. DL, LS, KM, AM, GK 16. CH, GK 17. DL, LS, KM, AM, CH, GK, ZP, PM 18. DL, LS, KM, AM, CH, GK 19. DL, LS, KM, AM, CH, GK 21. DL, TR, LS, KM, FW, RW, EC, DF, AM, MB, CH, GK, ZP, PM, MJ, RM 23. DL, LS, KM, CH, GK 24. DL, TR, LS, KM, FW, RW, EC, DF, MB, CH, GK, ZP, PM, MJ, RM 26. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 28. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 29. DL, LS, KM, FW, RW, EC, GK, ZP, PM 32. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 33. DL, GK 38. DL, NP, MR, GK 39. DL, GK 40. DL, NP, MR, GKP#xxxxx.xx.xxDESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 11 ATKINS ID Task Name Duration Start Finish 1 Marco Executive Airport Terminal 761 days Mon 5/23/16 Mon 4/22/19 2 Notice of Award 0 days Mon 5/23/16 Mon 5/23/16 3 Scope Definition & Contract Negotiations 15 days Mon 5/23/16 Fri 6/10/16 4 Board Contract Approval 0 days Thu 6/30/16 Thu 6/30/16 5 Consultant NTP 0 days Thu 6/30/16 Thu 6/30/16 6 Kick‐Off Meeting 0 days Fri 7/1/16 Fri 7/1/16 7 Develop Project Execution Plan 5 days Mon 7/4/16 Fri 7/8/16 8 Programming Phase 50 days Mon 7/4/16 Fri 9/9/16 9 Data Gathering 35 days Mon 7/4/16 Fri 8/19/16 10 As‐Built Verifications 10 days Mon 7/4/16 Fri 7/15/16 11 Field Verifications 5 days Mon 7/18/16 Fri 7/22/16 12 Survey and HDS 10 days Mon 7/18/16 Fri 7/29/16 13 Geotechnical Investigation 10 days Mon 7/25/16 Fri 8/5/16 14 Evaluate 10 days Mon 8/8/16 Fri 8/19/16 15 Site Analysis/Master Planning 10 days Mon 8/8/16 Fri 8/19/16 16 Understanding Sense of Place 10 days Mon 8/8/16 Fri 8/19/16 17 Identify Project Goals 10 days Mon 8/8/16 Fri 8/19/16 18 Programming Evaluation and Project Requirements 15 days Mon 8/8/16 Fri 8/26/16 19 Evaluation of Concept Floor Plans and Site Plans 10 days Mon 8/29/16 Fri 9/9/16 20 Design Phase 230 days Mon 9/12/16 Fri 7/28/17 21 30 Percent Design 20 days Mon 9/12/16 Fri 10/7/16 22 Airport Review 10 days Mon 10/10/16 Fri 10/21/16 23 Site Development Plan Submittal 0 days Mon 10/24/16 Mon 10/24/16 24 60 Percent Design 50 days Mon 10/24/16 Fri 12/30/16 25 Airport Review 10 days Mon 1/2/17 Fri 1/13/17 26 90 Percent Design 45 days Mon 1/16/17 Fri 3/17/17 27 Airport Review 10 days Mon 3/20/17 Fri 3/31/17 28 Final Design Documents 10 days Mon 4/3/17 Fri 4/14/17 29 Permitting 75 days Mon 4/17/17 Fri 7/28/17 30 Construction Phase 526 days Mon 4/17/17 Mon 4/22/19 31 Bidding Process 75 days Mon 4/17/17 Mon 7/31/17 32 Bidding Period 30 days Mon 4/17/17 Fri 5/26/17 33 Evaluation of Bids 5 days Mon 5/29/17 Fri 6/2/17 34 Contract Preparation 40 days Mon 6/5/17 Fri 7/28/17 35 Board Contract Approval 0 days Mon 7/31/17 Mon 7/31/17 36 Construction Administration and Inspection 450 days Tue 8/1/17 Mon 4/22/19 37 Contractor NTP 0 days Tue 8/1/17 Tue 8/1/17 38 Construction of New Terminal and Parking Lot 250 days Tue 8/1/17 Mon 7/16/18 39 Commisioning of New Terminal Complete 20 days Tue 7/17/18 Mon 8/13/18 40 Demolition of Old Terminal and Construction of  Apron and Taxiway Extension 180 days Tue 8/14/18 Mon 4/22/19 41 Completion 0 days Mon 4/22/19 Mon 4/22/19 5/23 6/30 6/30 7/1 10/24 7/31 8/1 4/22 T S F W M S T T S F W M S T T S F W M S T T S F W M S T T S F W 0, '15 Mar 13, '16 Jun 5, '16 Aug 28, '16 Nov 20, '16 Feb 12, '17 May 7, '17 Jul 30, '17 Oct 22, '17 Jan 14, '18 Apr 8, '18 Jul 1, '18 Sep 23, '18 Dec 16, '18 Mar 10, '19 Jun 2, '19 Task Split Milestone Summary Project Summary External Tasks External Milestone Inactive Task Inactive Milestone Inactive Summary Manual Task Duration‐only Manual Summary Rollup Manual Summary Start‐only Finish‐only Deadline Progress Page 1 Project: Marco Island Terminal Sc Date: Fri 5/13/16 Initial Name Initial Name FB Fin Bonset, M.Sc.FW Fleet Wulf, PE, PMP, LEED AP BD+C DL Darin Larson, PE, LEED AP RW Richard Wawrzyniak, PE TR Thomas Roda, PE EC Edward Cronyn, PWS LS Lori Steiner, PE DF Dayna Fendrik, RLA KM Kevin McCauley, PE MB Manuel Bejarano, Ph.D., PE AM Anna Marron NP Nathan Parish, PE CH Craig Hanson, AIA MR Michael Ryan, PE, PMP ZP Zemp Pepper, PE RM Roberto Mantecon, PSM, PLS PM Paul Moerschel, PE MJ Michael Jordan, PE, CGC GK Gary Krueger, AIA ATKINS process employs four basic elements: • Structured budget estimating • Executive financial review • Computerized cost monitoring • Monthly project review On a monthly basis, we will compare budget expenditures with schedule results to determine if the level of effort and the achieved results are consistent with the elapsed schedule for each project. Our team can best achieve positive job control with the following “DIMCA” process: • Define the desired results for each task. • Input the appropriate instructions. • Monitor the process. • Compare production with the anticipated results. • Adjust as necessary to achieve the desired results. Two significant keys to maintaining internal design costs and schedules are to: • Efficiently develop the design, allowing for design evolution or changes. • Eliminate duplicative effort. Using compatible software, maintaining regular internal meetings, and requiring adherence to client and team standards is a business strategy that Atkins aviation personnel have used on airport design teams nationally and internationally. Quality Control (QC) QC is only effective when it is a dynamic and continuous process, implemented and monitored by staff members who understand that there is always room for improvement. Commitment to quality is part of the culture of Atkins, which is reflected in the corporate QA/QC manual as well as through our dedicated project manager resource center that provides quality tools, techniques, and training to all Atkins employees. Our primary goal of the QC procedure is to ensure that the Division receives excellent work delivered on time and within budget. We apply quality assurance policies, procedures, standards, guidelines, and in-house coordination among the project task leaders and encourage partnering, early identification of areas for action, and development of contingency plans. Proper resources are identified and incorporated into corrective action plans. QC does not stop with Atkins; our procedures apply to our subconsultants as well. We are selective in choosing our subconsultants and typically have successful working relationships with the subconsultants we choose. Our partner firms are expected to comply with the same standards for QC as Atkins, and we reinforce this requirement with periodic reviews. We engage our subconsultants in the project from the beginning and emphasize our focus on quality. We require them to attend project kickoff meetings and encourage participation in regular design meetings throughout the effort. During design, we review their products (drawings, calculations, etc.) as appropriate. In rare cases where a firm does not perform to our expectations or to the expectations of the client, we provide adequate mentoring to help them successfully address deficiencies or shortcomings. Our approach to quality is simple–our project manager, Darin Larson, PE, LEED AP, will be accountable to the Division for the quality of all deliverables we submit. He is responsible for clearly communicating to the Atkins team the quality standards that will be used to judge our services and deliverables so everyone understands what is, and is not, acceptable. During the entire project process, Mr. Larson will facilitate extensive, detailed, and documented QA/QC reviews. The QA/QC process will involve reviews that take into consideration the design, operational, budget, and constructability requirements of each project. These reviews will be conducted by both design team members, as well as individuals who have no direct involvement with the project so that an independent, objective review is obtained. Figure 3-2. Cost and schedule control process DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 12P#50139.05.16 04054.KH.16Tab IV. Experience of the Firm Tab IV.Experience of the Firm A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab IV: Experience of the Firm The Atkins team has provided effective solutions to airport- related projects for a combined 120 years. We have each worked at facilities ranging from large-hub international commercial service airports to small general aviation airports. If it is associated with an airport we have planned it, permitted it, designed it, and constructed it. Within the past 5 years alone our firms have worked on several hundred airport projects representing several billion dollars of construction budgets. Atkins has developed a Figure 4-1. Team capabilities Firm/role At a glance Relevant experience Project manager, principal- in-charge, QA/QC manager, lead civil, lead airfield, utility, stormwater, environmental/ permitting, aviation planning/ airspace, pavement, construction management/ inspection, surveyor • Collier County experience • More than 100 aviation professionals • Managed more than $13 billion of aviation construction projects in the last 5 years • Worked at 36 of the top 50 airports and 3 of the last 4 new airports in the U.S. • Lakeland Linder Regional Airport, Terminal Modifications • Pensacola International Airport, New VTMAE Hangar • Pensacola International Airport, Cargo Apron Expansion • Winter Haven Municipal Airport, New General Aviation Terminal • Collier County General Eengineering Contract Terminal design: lead terminal planner, lead architect/ permitting, construction management/inspection • Established 1958 • Collier County experience • Local office in Naples, Florida, for 15 years • Completion of more than 235 aviation projects, including more than 45 executive terminals; more than $2.7 billion aviation designs • Designed the first LEED certified fixed base operator (FBO) Terminal building in the nation • FMY Base Ops, General Aviation Terminal and Hangar • AA Acquisitions, LLC, Orion Jet Center Terminal and Hangars • Palm Beach International Airport, NetJets FBO Terminal (DBE) Mechanical, electrical, plumbing • Established in1988 • Mechanical, electrical, plumbing, and fire protection support for aviation projects • 70 professionals • Greenville Spartanburg Airport, South Cargo Building Renovations • Orlando Interantional Airport, Airside 4 Restroom Renovations (DBE) Landscape architect • Established in 2008 • 30 years of landscape architect experience in southwest Florida • Special emphasis on sustainable design techniques • FMY Base Ops, Perimeter Road Buffer Planting • FMY Base Ops, Runway Protection Zone Plantings (DBE) Geotechnical • Established in 1992 • Geotechnical, environmental, and construction materials testing engineering firm • 160 professionals • Tampa Executive Airport, Runway 18-36, Taxiway A, Hangar Taxilanes and Parking Lot Rehabilitation • Tampa International Airport, Airport Support Facilities Structural • Established in 1967 • Structural engineering • Offices throughout Florida in Fort Myers, Sarasota, Fort Lauderdale, and Tampa, Florida • MY Base Ops, General Aviation Terminal and Hangar • Charlotte County Airport, Commercial Airline Passenger Building comprehensive team specifically for this project that have experience with a minimum of three public entities within the contiguous United States that have airport terminal design projects within the past 5 years. Figure 4-1 below highlights our team’s capabilities and successful experience in working with one another on previous projects. Figure 4-2 provides a listing of airport projects similiar in size and scope within the past 5 years. Full descriptions of the first five projects in the table begin on page 16. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 14P#50139.05.16 ATKINS List of airport terminal projects of the team Project name Project description Start date End date Original budget Final project cost Number of change orders SchenkelShultz | FMY Base Ops, General Aviation Terminal and Hangar • new 22,000-square-foot terminal building • multi-use 24,000-square-foot aircraft hangar • $6.7 million LEED-certified general aviation terminal and hangar 2010 2011 $7.2 million $6.7 million 0 SchenkelShultz | AA Acquisitions, LLC, Orion Jet Center Terminal and Hangars • 3-story, 25,000-square-foot FBO terminal and two hangars • mid-modern architectural design 2011 2014 $27 million $27 million 28 total (10 – contractor, 7 – owner request, 5 – unforeseen conditions, 6 – other) SchenkelShultz | Signature Flight Support, NetJets FBO Terminal at Palm Beach International Airport • new 10,000-square-foot FBO terminal • new lobby, flight planning offices, conference room, business center, crew lounge, parking 2011 2013 $10 million $10 million 28 total (12 – owner request, 5 – site, 11 – building) Atkins | Lakeland Linder Regional Airport, Terminal Modifications • demand capacity and terminal space analysis • 3,600-square-foot FBO terminal modifications • conversion of old FBO terminal into a commercial service airline terminal 2010 2012 $1.5 million $1.6 million N/A, construction administration services were not provided by Atkins Atkins | Pensacola International Airport, New VTMAE Hangar • two-phase development program with two aircraft maintenance hangars (174,000 SF ea.) • prepared an EA, airport land use map, and completed necessary FAA airspace reviews • design of first phase hangar including building and all site infrastructure 2015 ongoing $46 million TBD (ongoing)TBD (ongoing) Atkins | Pensacola International Airport, Cargo Apron Expansion • pavement assessment, rehabilitation options, and planning for apron expansion and design documents for preferred alternative ongoing ongoing $6.5 million TBD (ongoing)TBD (ongoing) Atkins | Winter Haven Municipal Airport, New General Aviation Terminal • 13,362-square-foot terminal building • 19,000-square-yard asphalt aircraft apron • 1,500 feet of new taxiways • 400-foot-long, 2-lane divided entrance drive 2012 ongoing $45 million TBD (ongoing)TBD (ongoing) AVCON | Greenville Spartanburg Airport, South Cargo Building Renovations • HVAC, plumbing, electrical design, fire alarm design, and construction phase services • $1 million in building renovations 2014 2016 $948,000 $1.01 million (scope increase) 3 (due to unforeseen structural conditions) AVCON | Orlando International Airport, Airside 4 Restroom Renovations • 9 restrooms with a collective area of 9,600-square-foot • electrical, lighting, fire alarm, and low-voltage system design 2014 2015 $2.9 million $3.05 million 6 (due to unforeseen conditions and owner directives) Tierra | Tampa Executive Airport, Runway 18-36, Taxiway “A”, Hangar Taxilanes, and Parking Lot Rehabilitation • provided pavement cores, hand auger borings and hand penetrometer testing • milling and resurfacing of seven taxiways with the removal of a coal-tar sealant at the location of a previously removed hangar 2013 2014 $12,250 $12,250 0 Tierra | Tampa International Airport, Airport Support Facilities – Fence • design and construction of approximately 600 lineal feet of new roadway and associated roadside stormwater treatment 2016 2016 $4,316 $3,725 0 Urban Green Studio | FMY Base Ops, Perimeter Road Buffer Planting • landscape architecture • irrigation design 2013 2014 $4,720 (fee only); $3,500 (add scvs #1) $8,220 (fee only)1 Urban Green Studio | FMY Base Ops, Runway Protection Zone Plantings • landscape architecture • irrigation design 2013 2014 $49,735 $49,735 0 TRC | FMY Base Ops, General Aviation Terminal and Hangar • structural engineering design and contract administration • new 22,000-square-foot terminal building • multi-use 24,000-square-foot aircraft hangar 2010 2011 $7.2 million $6.7 million 0 for structural TRC | Collier County, The Club at Pelican Bay • structural design for two-story 41,000 square foot clubhouse and a two-story 22,000 square foot cartbarn and fitness building • threshold inspections during construction 2016 ongoing $16 million TBD (ongoing)TBD (ongoing) Figure 4-2. Airport projects similiar in size and scope within the past five (5) years DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 15P#50139.05.16 ATKINS FMY Base Ops | General Aviation Terminal and Hangar, Fort Myers, FL The new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which signifies the beginning of Page Field operations as an air force base. The LEED certified terminal building accommodates: • Public lobby with cafe and gift shop • Rental car agency counters • Pilot lounge, recreation space, and quiet area • Flight planning • Community seminar room • Operations and administration offices and conference room As a tribute to the role that the Page Field played in servicing our country, historical posters and artifacts are featured throughout the facility. A full size-model of an P-150 Mustang is displayed from the ceiling in the main 2-story lobby and a fully restored T-6 Texan Aircraft is displayed outside the main entry of the terminal. Firms working together SchenkelShultz, TRC Reference Hector Yanez, Director of Engineering and Construction Lee County Port Authority 11000 Terminal Access Road, Ste. 8671 Fort Myers, FL 33913 239.590.4605 hyanez@flylcpa.com Prior experience working together Atkins team has been assembled based on previous working relationships and efforts to foster small business development in the community by meeting and exceeding the DBE commitment of 17.1%. All of our firms have worked together in one way or another on a variety of projects, both aviation and non-aviation. Tierra has been Atkins go-to geotechnical engineer for projects in Tampa and Southwest Florida. TRD was the structural engineer for SchenkelShultz on the FMY Base Ops. Urban Green worked with Atkins on the landscaping for the FMY Base Ops, Perimeter Road project. Atkins, SchenkelShultz, and AVCON have been working together on both the South APM Complex and South Terminal C projects at Orlando International Airport. These previous working relationships allow us to work as a team and begin work immediately to meet the overall schedule. Atkins’ previous experience working together with our subconsultants on the highlighted 5 projects below. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 16P#50139.05.16 ATKINS Palm Beach International Airport | NetJets FBO Terminal, West Palm Beach, FL SchenkelShultz was hired to design a new 10,000-square-foot executive terminal for NetJets, who partnered with Signature Flight Support at the Palm Beach International Airport. The new FBO terminal is the first new building in the airport’s Golf View Aviation Business Park. The project began with a master planning exercise to determine how to most effectively site the building and establish the necessary infrastructure to accommodate the airport’s needs today and for the anticipated future build-out. The new facility serves NetJets use exclusively and offers a vast amount of amenities for their clients and customers. The new terminal includes a inviting lobby space, flight planning offices, conference room, and business center as well as a crew lounge and convenient parking. Firms working together SchenkelShultz Reference Sam Curro, Project Manager KMI International 7233 Lake Ellenor Drive, Ste. 100 Orlando, FL 32809 407.413.5902 scurro@KMIintl.com Firms working together SchenkelShultz Reference Jeff Colasanti, Project Manager Paragon Development Company 14721 Kirsten Court Davie, FL 33225 954.778.1898 jeff@paragondevco.com AA Acquisitions, LLC | Orion Jet Center Terminal and Hangars, Opa Locka, FL The development of the new Orion Jet Center FBO Terminal and hangars is the first phase in a multiphase, mixed-use development in South Florida. Phase one encompassed 32 acres of the 240 acre site and included the following elements: • New FBO terminal with space for passengers, the administrative group, and an executive suite for the ownership group • Two 40,000-square-foot hangars with support facilities, which include 20,000-square-foot of tenant shops, offices, and garage • New landside parking and landscaping to support all three buildings The design creates a strong sense of place, reflective of south Florida, while also respecting the architectural integrity of the historic hangar on property. The final design of the Jet Center includes landscaping that uses natural Miami vegetation and the architecture is a mid-modern century design that is prevalent in south Florida, blended with the historic Coast Guard hangar aesthetic. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 17P#50139.05.16 ATKINS Pensacola International Airport | New VTMAE Hangar, Pensacola, FL Atkins provided concept planning, agency coordination, public involvement, marketing, and lease negotiation for multiple maintenance, repair, and overhaul (MRO) hangar development initiatives. The final planned facility includes a two-phase development program with two large aircraft maintenance hangars (174,000 square feet each) each capable of holding two B777 or four B757 or six A321 aircraft, aircraft parking aprons, aircraft staging area and wash rack, connector taxilanes, access roadway, relocation of the perimeter security fence, installation of security gates, vehicle parking areas, various utility connections, and stormwater improvements. After securing approval of the airport layout plan from the FAA Orlando ADO, Atkins prepared an environmental assessment, developed an airport land use map, and completed necessary FAA airspace reviews. Atkins is currently designing Phase 1 of the program, which includes one of the hangar facilities and the related site infrastructure. Firms working together Atkins Reference Daniel Flynn, Assistant Airport Director – Operations City of Pensacola 2430 Airport Boulevard, Ste. 225 Pensacola, FL 32504 850.436.5000 dflynn@cityofpensacola.com Lakeland Linder Regional Airport | Terminal Modifications, Lakeland, FL This terminal modifications project consisted of converting the existing general aviation terminal space into a commercial service aviation space. The existing first floor of the building was completely renovated including removal of the existing FBO space, pilots’ lounge, and various facilities. In place of these facilities new ticket counters, baggage screening, passenger screening, hold room space, baggage claim, and various support facilities were constructed. A single story open air expansion was made on the southeast corner of the building to cover the baggage belts. A single-story expansion to the southwest corner of the building to include additional hold room space was also included. This project was the first of a planned three-phase expansion of the terminal building. This modication allows the airport to accommodate arrival and departure of up to five B737-400 aircraft each day. Future phases allow for additional aircraft including boarding bridges to accommodate widebodies. Firms working together Atkins Reference Eugene Conrad III, CM, Airport Director Lakeland Linder Regional Airport 1140 East Parker Street Lakeland, FL 33801 863.834.3298 gene.conrad@lakelandgov.net DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 18P#50139.05.16 ATKINS Thomas Roda, PE, the dedicated QA/QC manager for this contract will develop a documented QA/QC plan and oversee its administration throughout the design. Staff with the appropriate professional and industry credentials within that project domain (construction, environmental, structures, design, etc.) will be assigned to ensure that the right person or team is conducting QA/ QC. Examples of items checked during reviews include technical design parameters and calculations (pavement, drainage, geometrics, and electrical), consistency of the construction plan set with the technical specifications, proper presentation and sufficiency of information to provide for contractor understanding, and proper grammar and spelling. QA/QC is a continuous process for our team beginning at each project inception, continuing through preparation of construction plans and specifications, and concluding only when construction is complete and facilities are operational. This strict QA/QC effort involves establishing: x Comprehensive project scope and objectives. x In-depth methods and procedures to execute the work. x Complete initial cost and schedule targets. x Detailed opinions of probable construction cost to confirm or refine on-track performance. x Thorough evaluation at regular intervals. Ultimately, the goal of the process is to generate a product that will result in a well-constructed and satisfactory project while mitigating the potential for requests for information, change orders, and cost overruns during construction. All of our team members have considerable design and relevant field construction experience, are fully invested with their plans and specifications, and have worked with contractors to get projects built. This experience provides them with the ability to identify and mitigate change order-susceptible design elements. The resulting design product is one that will remain within budget during the construction period. The Atkins’ five-step QC process in Figure 3-3 will be incorporated into each task’s design schedule to ensure that internal quality review, comment, and revisions are made prior to the Division’s receipt of submissions. The five-step process will be used for QC review procedure for prevention of errors, identification and correction of errors, accountability of the Atkins team, and performance of appropriate peer reviews. The review process will be tracked using a comprehensive master spreadsheet similar to the one shown in Figure 3-4. Figure 3-3. Five-step QC process In addition to managing our internal QA/QC process, it is equally important to manage the Division’s design review and decision-making process. We will conduct meetings with the Division staff to communicate design status review comments and any potential project impacts. Figure 3-4. Example: Ft. Lauderdale-Hollywood International Airport QA/QC tracking sheet DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 13P#50139.05.16 04054.KH.16Tab V. Proposed Staff Experience and Availability Tab V.Proposed Staff Experience and Availability A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab V: Proposed Staff Experience and Availability At Atkins, we recognize that the success of projects is directly related to the ability and availability of the team. Experience has shown that a successful team has specific attributes. With this in mind, we have assembled a team specifically for this contract based on specific criteria in organizational chart in Figure 5-2. The Atkins team: • Is committed to your goals and objectives. • Has done it before. • Includes key personnel who have previously collaborated on successful endeavors. • Provides local knowledge and experience backed by national resources. Key personnel Our team has a history of delivering projects together; a number of these projects have been highlighted in Tab IV: Experience of the Firm. Brief biographies and role of each key personnel in Figure 5-3 and detailed resumes starts on page 23. Applicable professional registrations and/ or certifications of key personnel are included in Tab VIII: Required Form Submittals. Availability Atkins has the depth and availability of appropriate technical resources. We prepare manpower estimates routinely to use our staff resources more effectively and efficiently. Atkins has access to personnel in other offices with whom we frequently work to meet additional staffing needs. These team members work together seamlessly. Quantity of staff means very little if a consultant is unable to commit the number of staff necessary or provide the desired individual at a moment’s notice. This is why we believe workload, availability, and commitment of staff are important components of providing quality service. The team proposed for this project in Figure 5-1 includes 14 Atkins employees, many of which are industry leaders with a long history of aviation experience. Our team also includes 8 subconsultant staff to help provide the necessary resources for the Division. All individuals identified as key personnel in the proposal shall remain on the team for the technical proposal and for the duration of the procurement process and the contract. Name Availability %Name Availability % Darin Larson, PE, LEED AP 70 Michael Ryan, PE, PMP 40 Fin Bonset, M.Sc.40 Praveen Ommi, CEP, AVS, LEED AP 40 Thomas Roda, PE 40 Roberto Mantecon, PSM, PLS 50 Lori Steiner, PE 80 Dayna Fendrick, RLA 60 Kevin McCauley, PE 70 Craig Hanson, AIA, LEED AP 80 Fleet Wulf, PE, PMP, LEED AP BD+C 60 Gary Krueger, AIA 70 Richard Wawrzyniak, PE 60 Zemp Pepper, PE 60 Edward Cronyn, PWS 60 Gilbert Ortiz, PE 60 Anna Marron 70 Paul Moerschel, PE 60 Manuel Bejarano, Ph.D., PE 40 Michael Jordan, PE, CGC 50 Nathan Parish, PE 90 Figure 5-1. Team availability DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 19P#50139.05.16 ATKINS Project Manager Darin Larson, PE, LEED AP* Principal-in-Charge Fin Bonset, M.Sc.* QA/QC Manager Thomas Roda, PE* Unless otherwise noted, all staff shown are Atkins employees. TERMINAL DESIGN Lead Aviation Design Architect Craig Hanson, AIA, LEED AP1* Lead Architect/Permitting Gary Krueger, AIA1* MEP Zemp Pepper, PE2* Gilbert Ortiz, PE2 Structural Paul Moerschel, PE5* Construction Management/Inspection Gary Krueger, AIA1 Legend * – Key personnel 1 – SchenkelShultz 2 – AVCON (DBE) 3 – Urban Green Studio (DBE) 4 – Tierra (DBE) 5 – TRC Figure 5-2. Organizational chart Collier County Airport Authority SITE DESIGN Lead Civil Engineer Lori Steiner, PE* Lead Airfield Engineer Kevin McCauley, PE* Utility Engineer Fleet Wulf, PE, PMP, LEED AP BD+C Stormwater Engineer Richard Wawrzyniak, PE Environmental/ Permitting Edward Cronyn, PWS Landscape Architect Dayna Fendrick, RLA3 Aviation Planning/ Airspace Anna Marron* Pavement Engineer Manuel Bejarano, Ph.D., PE Construction Management/Inspection Nathan Parish, PE* Michael Ryan, PE, PMP Cost Estimator Praveen Ommi, CEP, AVS, LEED AP TECHNICAL SUPPORT Geotechnical Michael Jordan, PE, CGC4 Surveyor Roberto Mantecon, PSM, PLS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 20P#50139.05.16 ATKINS Key personnel/role | total years of experience | office location Project duties Atkins Darin Larson, PE, LEED AP Project Manager | 25 years Office: Fort Myers, FL Serve as primary County contact person; responsible for all coordination, deliverables, and client satisfaction; manage design and construction of projects on the airside and landside of the airport; study designs to establish framework and detailed work programs; render technical advisory and consulting expertise to the County; ensure that all project activities are accomplished on time and within budget and at the highest quality. Fin Bonset, M.Sc. Principal-in-Charge | 17 years Office: Melbourne, FL Ensure all resources are available and committed and that the team functions efficiently; provide backup to project manager, as needed; and review compliance with all federal, state, and local laws including environmental laws and regulations. Thomas Roda, PE QA/QC Manager | 19 years Office: Tampa, FL Develop project specific QA/QC program in accordance with Atkins standards. Identify and organize qualified QA/QC review personnel. Provide QA/QC training. Oversee the administration of the QA/QC program. Perform independent QA/QC audits to ensure compliance. Lori Steiner, PE Lead Civil Engineer | 18 years Office: Orlando, FL Provide drainage design, horizontal and vertical geometry, grading plans, erosion control, cross-sections, and demolition plans. Kevin McCauley, PE Lead Airfield Engineer | 15 years Office: Ft. Lauderdale, FL Provide design packages and plans for paving, lighting, and signing; NAVAIDs; and various design aspects such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. Anna Marron Aviation Planning/Airspace | 7 years Office: Melbourne, FL Provide apron/taxilane planning, approach feasibility studies and airspace (FAR part 77) planning, land use planning, airport emergency and security planning, and aircraft simulation. Nathan Parish, PE Construction Management/Inspection | 13 years Office: Fort Myers, FL Perform constructability reviews on design documents. Lead construction administration process including shop drawing and RFI process. Serve as on-site inspector during site construction items. Craig Hanson, AIA, LEED AP | SchenkelShultz Lead Terminal Planner | 27 years Office: Orlando, FL Provide airport programming, planning, and architectural design. Gary Krueger, AIA | SchenkelShultz Lead Architect/Permitting | 33 years Office: Fort Myers, FL Provide architectural design and coordinate with local permitting agencies. Zemp Pepper, PE | AVCON Mechanical, Electrical, Plumbing | 32 years Office: Naples, FL Expertise in the design and understanding of various fire suppression system projects, including wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems. Credentials on various airport projects including multiple hangar programs and building renovation projects. Paul Moerschel, PE | TRC Structural | 21 years Office: Fort Myers, FL Extensive background in design using various types of structural systems including concrete, steel, wood and aluminum and cast-in-place, prestressed and post-tensioned concrete. Ability to produce cost-effective structural system designs by demonstrating effective management techniques and using construction experience to overcome project constraints imposed by program designs and budget. Figure 5-3. Key personnel DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 21P#50139.05.16 ATKINS Darin Larson has 25 years of experience in planning, design, and construction of airport development projects. He has served in program and project management roles for a wide variety of airside and landside infrastructure development programs, as well as airport terminal and support facility projects. In addition, Mr. Larson has more than 25 years of experience as a licensed private pilot and holds an instrument rating that gives him added perspective in dealing with airfield operational issues. Relevant projects New MRO Hangar, Pensacola International Airport, Pensacola, FL. Project director responsible for general oversight of project as well as quality assurance/quality control for the design and construction administration of this new $45 million MRO hangar facility. The project includes design of an approximately 174,000-square-foot hangar building and associated site infrastructure including taxiways, aircraft aprons, parking lot, access roadway, and utilities. The facility will provide service to B777, B757, and A320 aircraft. General Architectural and Engineering Services, Southwest Florida International Airport and FMY Base Ops, Fort Myers, FL. Project manager responsible for providing general architectural and engineering services under a continuing contract in conjunction with the operation, maintenance and development of the Southwest Florida International Airport (RSW) and FMY in Lee County, Florida. In this role, Atkins North America serves as an extension of staff for a variety of small, medium, and large architectural, engineering, and miscellaneous projects/tasks. Aircraft Rescue and Fire Fighting Facility, Southwest Florida International Airport, Fort Myers, FL. Served as the project manager responsible for the design and construction of this project that included a 31,052-square-foot ARFF building, landside access road and parking area, airside access road and apparatus bay apron pavement, and related signage and marking, grading, earthwork, water, sanitary sewer, drainage, miscellaneous site elements, and perimeter fencing. New North Terminal Development, Winter Haven Municipal Airport, Winter Haven, FL. Principle-in-charge for this $8 million GA terminal project and engineer-of-record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. Airfield Expansion Program, Fort Lauderdale-Hollywood International Airport, Fort Lauderdale, FL. Served as the project manager and engineer-of-record for the $800 million expansion of Runway 9R-27L. The program involved the construction of a 150- by 8,000-foot runway to replace the existing 5,300-foot runway and included taxiway improvements including a parallel taxiway system, a crossfield and connector taxiway system, a remain overnight (RON) apron, and demolition of two existing runways. In addition to associated airfield lighting, the project included installation of an engineered material arresting system on each runway end. Mr. Larson was responsible for design, bidding, and construction phase services for three major contract packages related to runway, taxiways, and bridge structures and several smaller packages for projects related to demolition of an existing hotel and hangar, utility infrastructure, and landscaping. South Terminal Complex (STC) Development Program, Orlando International Airport, Orlando, FL. Atkins is part of the civil/transportation engineering consultant team led by HKS Architects for the development of the South APM Complex. Phase I includes the design and construction of a new APM station, new parking garage, access roadways to the new facilities, relocation and adjustment of existing roadways, new bridges/overpasses, site grading, drainage, new utilities, and relocation of existing utilities all under the WS-100 project. Expansion of the project to include the proposed intercity and commuter rail station is also included in Phase I under the WS-102 intermodal terminal facility and passenger drop-off lobby. The ultimate STC will have a buildout of approximately 120 airside gates. Mr. Larson provided QC and sustainability services during the design phase of the program. The project is seeking certification as LEED Silver. Terminal Apron Rehabilitation, Orlando-Sanford International Airport, Sanford, FL. Principal-in-charge/quality control for the construction engineering and inspection services associated for this $2.5 million, full-depth removal, and PCC apron reconstruction project. The assignment featured a three-phase construction program to allow the airport to use four of the six loading bridges on the affected international terminal pier at all times. B.S., Civil Engineering, Iowa State University PE: Florida, California, Iowa, Minnesota LEED Accredited Professional, U.S. Green Building Council Private Pilot License, Instrument Rating Darin Larson, PE, LEED AP Project Manager DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 22P#50139.05.16 ATKINS Big-picture airport planning and design in a financially feasible, environmentally sustainable, and community responsible manner has been at the forefront of Mr. Bonset’s career philosophy and inherently encompasses his responsibilities at Atkins. Throughout the last 17 years, Mr. Bonset has managed and conducted technical airport planning work at more than 150 airports worldwide. He understands that this particular effort requires clear communication with stakeholders and proper planning for overall airport and community development, hence his responsibility to provide the Division with, and lead, the most talented airport planning professionals is his main goal. Mr. Bonset will aim to essentially become a critical part of your staff to support your mission. Relevant projects Southwest Florida International Airport, Airport Master Plan Update, Ft. Myers/Lee County, FL. As senior airport planner, completed inventory data assessment, demand/capacity analysis, facility requirements, ALP update, presentations to the Lee County Commissioners, and alternatives analyses. Facility requirements included a study to justify a proposed second parallel runway for the 20-year planning horizon. Coordinated information sharing and meetings with the client. Orlando Executive Airport, ALP, Orlando, FL. Project manager/principal involved in every project aspect to create an 11-sheet ALP set including all CAD work and related planning analyses. Project management duties included all budgeting and scheduling for the project, supervising junior planners, and coordinating efforts with the client. Philadelphia International Airport, On-Call Planning and Technical Services, Philadelphia, PA. Deputy program manager/project manager for on-call airport planning services, including ongoing terminal facilities assessment studies. M.S., Aviation: Airport Management and Development, Florida Institute of Technology B.S., Aviation Management/Flight Option, Florida Institute of Technology Simtra PathPlanner™ Certified Instructor Commercial pilot (mulit-engine), instrument rating Fin Bonset, M.Sc. Principal-in-Charge Mr. Roda has 19 years of aviation-related experience in the engineering, planning, construction, and management of airport- related and/or general civil engineering projects including runways, taxiways, aprons, and pavement rehabilitation projects as well as buildings, roadways, and drainage projects. As a project manager, he has been responsible for the oversight and coordination of multidiscipline teams on projects as diverse as new building construction, building expansions, pavement construction and repair, and many others. Throughout his career, he has had direct involvement in nearly $10 billion worth of capital improvement projects at 35 different airports throughout the United States, Caribbean, and Middle East. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Project manager and lead civil engineer for the design and construction administration of this new $45 million MRO hangar facility. The project includes design of an approximately 174,000-square-foot hangar building and associated site infrastructure including taxiways, aircraft aprons, parking lot, access roadway, and utilities. The facility will provide service to B777, B757, and A320 aircraft. Ft. Lauderdale-Hollywood International Airport, Expansion of Runway 9R-27L, Ft. Lauderdale, FL. QC manager for this estimated $1.2 billion program to construct a new runway at this large-hub commercial service airport. The project included demolition of the existing 5,200-foot-long runway and construction of a new 8,000-foot-long runway and associated taxiway system. Responsible for the development, administration, and coordination of the design consultant QC program including training, review checks, progress reviews, design workshops, and quality audits for all components of the work. This required coordination and review of all work produced internally and by more than a dozen subconsultant partners. Winter Haven Municipal Airport, New North Terminal Development, Winter Haven, FL. Project manager for this $8 million general aviation terminal project and engineer-of-record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. B.C.E., Civil Engineering, Georgia Institute of Technology PE: Florida Airports Council International, North America Florida Airports Council American Association of Airport Executives Airport Consultants Council Thomas Roda, PE QA/QC Manager DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 23P#50139.05.16 ATKINS Lori Steiner has 18 years of aviation and transportation design including drainage design, horizontal and vertical geometry, grading plans, erosion control, cross-sections, and demolition plans. Ms. Steiner’s project experience has included runway and taxiway rehabilitations, terminal expansions, and roadway design. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Providing QC for the design and construction administration of this new MRO hangar facility. The project includes design of an approximately 175,000-square-foot hangar building and associated site infrastructure including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The design scope includes all architecture and engineering services required for the facility. Lakeland Linder Regional Airport, Terminal Parking Expansion, Lakeland, FL. Project manager for the design of a 6780 square yard asphalt parking expansion in the terminal parking area and a 7490 square yard asphalt rental car quick turn around area including associated demolition, utilities and drainage installations in both areas. Orlando International Airport, South Airport Automated People Mover (APM) Complex, Orlando, FL. Production manager for the estimated $100 million civil portion of this estimated $714 million program to construct a new APM complex at this large hub commercial service airport. This project, considered the first phase in the development of the ultimate South Terminal Complex, includes the design and construction of a new APM station, parking garage, access roadways, stormwater facilities, utilities, and miscellaneous adjustments to existing facilities. Ms. Steiner was responsible for coordinating the design effort with the internal civil design team, the architect team, and all stakeholders. B.S., Civil Engineering, Georgia Institute of Technology PE: Florida, Georgia M.B.A., Business Administration, University of Florida Society of Women Engineers American Society of Civil Engineers Greater Orlando Aviation Authority Lori Steiner, PE Lead Civil Engineer Kevin McCauley has 15 years of aviation/transportation design engineering experience involving design packages and plans preparation of paving, lighting, and signing; NAVAIDs; and various design aspects such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Lead airfield engineer for the design and construction administration of this new $45 million MRO hangar facility. The project includes design of an approximately 174,000-square-foot hangar building and associated site infrastructure including taxiways, aircraft aprons, parking lot, access roadway, and utilities. The facility will provide service to B777, B757, and A320 aircraft. Airfield Expansion Program, Fort Lauderdale-Hollywood International Airport, Fort Lauderdale, FL. Airfield engineer for the $800 million expansion of Runway 9R-27L. The program involved the construction of a 150-foot by 8,000-foot runway to replace the existing 5,300-foot runway and included taxiway improvements including a parallel taxiway system, a crossfield and connector taxiway system, a remain overnight (RON) apron, and demolition of two existing runways. In addition to associated airfield lighting, the project included installation of an engineered material arresting system on each runway end. Okaloosa Regional Airport Terminal Additions Program, Okaloosa County, FL. Lead aviation design engineer for this $24 million project to realign the entrance road to the main terminal building as well as provide terminal expansions to the ticketing, baggage, and terminal concourse. This project, a task order under the Okaloosa County Airports System general engineering consultant services master contract, involved various design aspects such as landside and airside geometrics, profiles, alignments, cross sections, maintenance of traffic, phasing, utility infrastructure, and drainage. Responsible for the design, construction plans, engineer’s report, and specifications. B.S., Civil Engineering, Florida State University PE: Florida, California American Society of Civil Engineers Portland Cement Concrete Tester Course Illinois Department of Transportation Documentation Certification and Effective Roadway Lighting Kevin McCauley, PE Lead Airfield Engineer DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 24P#50139.05.16 ATKINS Anna Marron is an aviation planner with 7 years of aviation planning experience acquired through involvement with apron/ taxilane planning, approach feasibility studies and airspace (FAR part 77) planning, land use planning, airport emergency and security planning, and aircraft simulation. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Providing aviation planning for the design and construction administration of this new MRO hangar facility. The project includes design of an approximately 175,000-square-foot hangar building and associated site infrastructure including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The design scope includes all architecture and engineering services required for the facility. Lakeland Linder Regional Airport, New MRO Hangar Focused EA, Lakeland, FL. Performed environmental assessment in accordance with FAA standards as part of a study to attract potential MRO and cargo activity to the airport. The project involved reviewing previously submitted documents and materials, identifying the purpose and need of the project and its consistency with FAA goals, identifying the alternatives to be analyzed, coordinating with the airport sponsor to establish a project schedule, and meeting with the appropriate regulatory staff to introduce them to the project and establish/review project goals. Pensacola International Airport, Land Use Plan, Pensacola, FL. As aviation planner was responsible for identifying developable property and assigning marketable land uses to airport owned property. She is also responsible for the development production and Airport Land Use Map. This project developed a study of airport land use at Pensacola Airport. The product of this study was an Airport Land Use Plan that demonstrates the various types of restricted areas versus areas available for development on airport property. This product is primarily used for airport property and development marketing. B.S., Aviation Management, Florida Institute of Technology Federal Aviation Authority – Private Pilot Anna Marron Aviation Planning/Airspace Nathan Parish has 13 years of experience involving airfield, roadway, and civil/site/utility design and construction services. Mr. Parish has provided civil design and construction support services for diverse projects including MRO site selection, new ATCT, new fuel farm, new ILS, and terminal modifications. Relevant projects Lakeland Linder Regional Airport, New Air Traffic Control Tower, Lakeland, FL. Civil engineer for design and Construction manager. This new $6 million air traffic control tower has a controller eye height of 125-feet containing 14 floors: 8 of which support tower operations and the other 6 are open for future use by the airport. The project included all civil/site, architecture, structural, mechanical, electrical, plumbing, fire protection, equipment, and stakeholder coordination. Tampa International Airport, Centralized Concessions Distribution Warehouse, Tampa, FL. Civil engineer for this $7 million project to construct a new 20,000 square foot centralized concessions distribution warehouse. The facility was developed as a pass through facility for all concession items entering and leaving the airport. Reconstruction of airport roadways that access the site was also included. Coordination with the airport’s master stormwater plan was also a critical component of the project. Responsible for civil/site designs including site grading, pavement designs, parking and roadway layouts, security fencing, stormwater drainage, and various utilities. Winter Haven Municipal Airport, New North Terminal Development, Winter Haven, FL. Project engineer for design and construction manager for this $8 million general aviation terminal project and engineer-of-record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. B.S., Civil Engineering, Mississippi State University PE: Florida Airports Council International, North America Florida Airports Council Nathan Parish, PE Site Civil/Utilities Design DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 25P#50139.05.16 ATKINS Craig Hanson has 27 years of airport programming, planning and architectural design experience on more than 150 aviation projects. His experience encompasses more than 45 executive terminals designed worldwide. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Aviation designer for the new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which signifies the beginning of Page Field operations as an Air Force Base. The LEED-certified terminal building accommodates: public lobby with cafe and gift shop; rental car agency counters; pilot lounge, recreation space, and quiet area; flight planning; community seminar room; operations and administration offices; and conference room. Orion Jet Center Terminal and Hangars, AA Acquisitions, LLC, Opa Locka, FL. Aviation designer for the development of the new Orion Jet Center FBO Terminal and hangars is the first phase in a multiphase, mixed-use development in South Florida. Phase one encompassed 32 acres of the 240 acre site and included the following elements: new FBO terminal; two 40,000-square-foot hangars which include 20,000-square-foot of tenant shops, offices and garage; and new landside parking and landscaping to support all three buildings. The design creates a strong sense of place, reflective of south Florida, while also respecting the architectural integrity of the historic hangar on property. The final design of the Jet Center includes landscaping that uses natural Miami vegetation; and the architecture is a mid-modern century design that is prevalent in south Florida, blended with the historic Coast Guard hangar aesthetic. Palm Beach International Airport, NetJets FBO Terminal, West Palm Beach, FL. Aviation designer/project manager for a new 10,000-square-foot executive terminal for NetJets, who partnered with Signature Flight Support at the Palm Beach International Airport. The new FBO terminal is the first new building in the airport’s Golf View Aviation Business Park. The project began with a master planning exercise to determine how to most effectively site the building and establish the necessary infrastructure to accommodate the airport’s needs today and for the anticipated future build-out. The new facility serves NetJets use exclusively and offers a vast amount of amenities for their clients and customers. The new terminal includes a inviting lobby space, flight planning offices, conference room and business center, as well as a crew lounge and convenient parking. M.S., Architecture, University of Washington AIA: Florida LEED Accredited Professional, U.S. Green Building Council Craig Hanson, AIA, LEED AP | SchenkelShultz Lead Airfield Engineer Gary Krueger has 33 years of design experience. He began his architectural career in Southwest Florida in 1980 and has been involved in more than 400 projects in Southwest Florida, including more than 75 aviation projects. Mr. Krueger has extensive knowledge of Collier County’s land development code, and the Florida building code and the Florida fire prevention code, as well as experience coordinating with local permitting agencies. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Principal-in-charge/project manager for the new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which signifies the beginning of Page Field operations as an air force base. The LEED-certified terminal building accommodates: public lobby with cafe and gift shop; rental car agency counters; pilot lounge, recreation space, and quiet area; flight planning; community seminar room; operations and administration offices; and conference room. Charlotte County Airport, Bailey Terminal. Principal-in-charge/project manager for the newly designed, 18,000-square-foot commercial airline passenger terminal building at the Charlotte County Airport. The $4.5 million terminal was designed with flexibility for future interior reconfigurations, as well as, future expansion, and was designed to withstand winds of up to 133 mph. M.S., Architecture, University of Oklahoma AIA: Florida LEED Accredited Professional, U.S. Green Building Council Gary F. Krueger, AIA | SchenkelShultz Lead Architect/Permitting DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 26P#50139.05.16 ATKINS Zemp Pepper has 32 years of experience as a mechanical engineer. His focus is in the design, analysis and layout of HVAC, plumbing and fire protection for a wide variety of public, commercial, industrial, and aviation projects. In addition to his various mechanical design roles, he has demonstrated expertise in the design and understanding of various fire suppression system projects, including wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems. Mr. Pepper has used these credentials on various airport projects including multiple hangar programs and building renovation projects. Relevant projects Airport Rescue and Fire Fighting (ARFF) Station Development, Eglin Air Force Base, FL. Project engineer for the $2.6 million Eglin Air Force Base ARFF Development project comprised of 8,599-square-foot ARFF building with 3 truck bays, 6 bunk rooms, kitchen, day room, locker facilities, offices, training room, and supporting utility rooms. William P. Hobby Airport, Occidental Petroleum Hangar, Houston, TX. Project manager for 51,000-square-foot corporate hangar facility comprised of a 34,650-square-foot hangar, 9,200-square-foot, two-story office, and 7,300-square- foot shop/maintenance space. Design services included mechanical, electrical, plumbing and fire protection engineering. Orlando International Airport, Airside 4 Restroom Renocations, Orlando, FL. Project manager, provided electrical design for the renovation of 9 restroom facilities totalling to 9,600-square-foot at the Airside 4 International Terminal. The project required complete demolition of the existing spaces and new power distribution, lighting, fire alarm and low voltage system design. B.S., Mechanical Engineering, University of Florida PE: Mechanical and Fire Protection, Florida Zemp Pepper, PE | AVCON MEP Paul Moerschel has 21 years of experience in structural design utilizing various types of structural systems including concrete, steel, wood and aluminum, and cast-in-place, prestressed and post-tensioned concrete. Mr. Moerschel has proven his ability to produce cost-effective structural system designs by demonstrating effective management techniques and utilizing construction experience to overcome project constraints imposed by program designs and budget. His experience has enabled him to effectively manage projects while providing a high level of client satisfaction with engineer services and structural drawings. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Provided structural engineering design and contract administration on this two-story, 23,000-square-foot terminal building at the existing airport. The two-story lobby features a full scale model of a P-51 Mustang vintage aircraft within the space suspended from the roof structure. The LEED certified project also includes a 24,000-square-foot aircraft hangar facility with a photovoltaic solar system on its roof, and restoration and placement outside the terminal of a North American T-6 aircraft. The Club at Pelican Bay, Collier County, FL . Project manager for the addition of a two-story 41,000-square-foot clubhouse and a two-story 22,000-square-foot cartbarn and fitness building. There is an outdoor dining area that partially spans over an existing lake. The construction of the buildings generally consist of exterior and interior load bearing 8” CMU walls with concrete and steel columns and tie columns. The elevated floor are constructed of 8” hollow core planks with a 2” concrete topping slab. The elevated outdoor eating area is support by precast driven piles with concrete beams and floor slabs with a continuous steel sheet pile wall. The clubhouse is considered a threshold building and TRC is performing threshold inspections during construction. M.S., Civil Engineering, Georgia Institute of Technology PE: Florida B.S., Engineering Science & Mechanics (with Honors), Georgia Institute of Technology Fort Myers Chamber of Commerce and Florida Engineering Study Paul Moerschel, PE | TRC Structural DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 27P#50139.05.16 ATKINS    SCHENKELSHULTZ – Orlando  •  200 East Robinson Street, Suite 300  •  Orlando, Florida 32801    Phone 407‐872‐3322  •  Fax 407‐872‐3303  •  www.schenkelshultz.com  •  Architectural License AA‐C000937   May 2, 2016 Darin Larson, PE, LEED AP Project Manager Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 SUBJECT:Letter of Intent for Proposed Contract for Design Services for Marco Executive Airport Terminal (RFP 16-6561) Dear Mr. Larson: I hereby make the unequivocal commitment that, in the event of an award of a contract to Atkins North America, Inc. that SchenkelShultz Architecture will fulfill the duties of Architect. Sincerely, Gary F. Krueger Partner 239-940-2332 gkrueger@schenkelshultz.com P#50139.05.16DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS P#50139.05.16DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS P#50139.05.16DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS P#50139.05.16DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS P#50139.05.16DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 04054.KH.16Tab VI. References – 5 Completed and Returned Tab VI.References – 5 Completed and Returned ATKINS 1P#50139.05.16DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES ATKINS 2P#50139.05.16DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES ATKINS 3P#50139.05.16DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS 4P#50139.05.16DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES ATKINS 5P#50139.05.16DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 04054.KH.16Tab VII. Acceptance of Conditions Tab VII.Acceptance of Conditions A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 ACCEPTANCE OF CONDITIONSP#50139.05.161 Tab VII: Acceptance of conditions Atkins has no exceptions to the standard contract. 04054.KH.16Tab VIII. Required Form Submittals Tab VIII.Required Form Submittals A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab VIII, Required Form Submittals As requested in the County’s RFP, this section provides the following documents and executed forms, including notarization, as appropriate: • Licenses and Certifi cations • Attachment 1: Consultant’s Non-Response Statement • Attachment 2: Consultant Check List • Attachment 3: Confl ict of Interest Affi davit • Attachment 4: Consultant Declaration Statement • Attachment 5: Immigration Affi davit Certifi cation • Attachment 6: Consultant Substitute W-9 Request for Taxpayer Identifi cation Number and Certifi cation • Attachment 7: Insurance and Bonding Requirements • Attachment 8: Reference Questionnaire • Exhibit E - Granting Agency Forms • Vendor Submittal - Confl ict of Interest Certifi cation • Certifi cation Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions • Disadvantaged Business Enterprise (DBE) Utilization Form 1 – Form 4 • Acknowledgement of Terms, Conditions, and Grant Clauses • Certifi cation Regarding Lobbying DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 1P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 2P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 3P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 4P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 5P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 6P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 7P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 8P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 9P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 10P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 11P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 12P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 13P#50139.05.16 ATKINS 6WDWH RI )ORULGD 'HSDUWPHQW RI 6WDWH , FHUWLI\ IURP WKH UHFRUGV RI WKLV RIILFH WKDW 7,(55$ ,1& LV D FRUSRUDWLRQ RUJDQL]HG XQGHU WKH ODZV RI WKH 6WDWH RI )ORULGD ILOHG RQ 1RYHPEHU   7KH GRFXPHQW QXPEHU RI WKLV FRUSRUDWLRQ LV 3 , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV SDLG DOO IHHV GXH WKLV RIILFH WKURXJK 'HFHPEHU   WKDW LWV PRVW UHFHQW DQQXDO UHSRUWXQLIRUP EXVLQHVV UHSRUW ZDV ILOHG RQ )HEUXDU\   DQG WKDW LWV VWDWXV LV DFWLYH , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV QRW ILOHG $UWLFOHV RI 'LVVROXWLRQ *LYHQ XQGHU P\ KDQG DQG WKH *UHDW 6HDO RI WKH 6WDWH RI )ORULGD DW 7DOODKDVVHH WKH &DSLWDO WKLV WKH 6L[WHHQWK GD\ RI )HEUXDU\  7UDFNLQJ 1XPEHU &8 7R DXWKHQWLFDWH WKLV FHUWLILFDWHYLVLW WKH IROORZLQJ VLWHHQWHU WKLV QXPEHU DQG WKHQ IROORZ WKH LQVWUXFWLRQV GLVSOD\HG KWWSVVHUYLFHVVXQEL]RUJ)LOLQJV&HUWLILFDWH2I6WDWXV&HUWLILFDWH$XWKHQWLFDWLRQ DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 14P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 15P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 16P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 17P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 18P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 19P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 20P#50139.05.16 ATKINS ƒŽ‡”‹‡‡–‡”•ǡ Šƒ‹”ǡ‡”–‹ˆ‹…ƒ–‹‘‘ƒ”† ƒŽ‡”‹‡‡–‡”•ǡ Šƒ‹”ǡ‡”–‹ˆ‹…ƒ–‹‘‘ƒ”† R ’”‹ŽʹͶǡʹͲͳͶ InWitnessWhereofOurHandandSeal ThisCertificateExpires:April23,2017 AACEID:21532 Thiscertifiesthat Praveen K. Ommi havinggivensatisfactoryevidenceofqualifications andfitness,isherebycertifiedasa Certified Estimating Professional OriginallycertifiedApril23,2008No.59  DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 21P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 22P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 23P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 24P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 25P#50139.05.16 ATKINS 1 ADDENDUM #1 Memorandum Date: April 6, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 – RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Under Tab IV, Experience of Firm - states that "a minimum of 5 years acceptable design experience with airport runway terminal projects" is required. Under Tab IV, Experience of Firm - The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for correctional facility design of airport terminal projects within the past five (5) years. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Note: Language deleted has been struck through. New language has been underlined. C: Justin Lobb, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 26P#50139.05.16 ATKINS 1 ADDENDUM #2 Memorandum Date: April 12, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 – RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. May 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 27P#50139.05.16 ATKINS 1 ADDENDUM #3 Memorandum Date: April 12, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 – RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: The due date for this RFP has been rescheduled to until 3:00 p.m. May 16, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 28P#50139.05.16 ATKINS 1 ADDENDUM #4 Memorandum Date: April 14, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4 – RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD:A non-mandatory site visit will be scheduled for 2:00 p.m. April 27, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 29P#50139.05.16 ATKINS 1 ADDENDUM #5 Memorandum Date: May 10, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5 – RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Organizational Conflict Review Prior to the issuance of this request for proposal, the County entered into contractual work orders with Hole Montes to provide the following services for the Rehabilitation of Runway 17-35: developed plans and specifications for the construction documents, and construction engineering inspection services, etc. The County’s Procurement Services staff reviewed a number of federal agency and grant related authorities regarding organizational and consultant conflicts of interest. In most cases, but more specifically, in the case of the Federal Acquisition Regulations, it is the contracting officer’s responsibility to “avoid, neutralize or mitigate significant conflicts before the contract award,” with the underlying principle of preventing an unfair competitive advantage [in this case to Hole Montes and subconsultant at the time (URS, acquired by AECOM]. Procurement staff has reviewed all of the associated documents and meeting minutes prepared by both consultants and have taken the following action to mitigate and neutralize any conflicts, or perceived conflicts, by implementing the following action items: x The Procurement Strategist has Identified in this document [request for proposal] that both Hole Montes and URS (now AECOM) had County short term and specific work orders related to the Marco Executive Airport Rehabilitation of Runway 17-35; x All documents provided and created by both firms will be made available to any prospective consultants during the solicitation process at the following web address: x https://drive.google.com/open?id=0B_1pVAYq_vIFbGtwOWEzZThGR2M If you require additional information please contact me directly. C: Justin Lobb, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 30P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 31P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 32P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 33P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 34P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 35P#50139.05.16 ATKINS May 3, 2016 DL: D05880116 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 36P#50139.05.16 ATKINS Information received from Rachel Shepherd per Kevin Brown in Human Resources Posted by R. Cardenas 11/16/2011 E-Verify Atkins is enrolled in the Department of Homeland Security’s E-Verify Program. Atkins has been in full compliance with this program since 2007 and verifies the employment eligibility of all new hires through E-Verify. In response to the RFP requirement, Atkins submits the following documentation as enrollment verification: x E-Verify system-generated “Company Information: for Atkins North America” x E-Verify Program for Employment Verification Memorandum of Understanding (MOU), dated October 4, 2007 On April 1, 2011, PBS&J changed its name to Atkins North America, Inc. The E-Verify system does not reissue the MOU document due to a name change. Atkins is committed to compliance with this program and attests to the MOU agreement that was generated upon the firm’s initial enrollment in 2007. E-Verify User Identification Number E-verify user identification number: 58042 Date of authorization: 10/04/2007 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 37P#50139.05.16 ATKINS U.S. Department of Homeland Security - www.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov Accessibility Download Viewers Log Out Welcome Kevin Brown User ID KBRO0042 Last Login 11:15 AM - 04/26/2011 Home My Cases New Case View Cases My Profile Edit Profile Change Password Change Security Questions My Company Edit Company Profile Add New User View Existing Users Close Company Account My Reports View Reports My Resources View Essential Resources Take Tutorial View User Manual Contact Us Company Information Company Name:Atkins North America View / Edit Company ID Number: 58042 Doing Business As (DBA) Name: DUNS Number: Physical Location: Mailing Address: Address 1: 2001 SW 107 Avenue Address 1: Address 2: Address 2: City: Miami City: State: FL State: Zip Code: 33172 Zip Code: County: MIAMI-DADE Additional Information: Employer Identification Number:590896138 Total Number of Employees: 2,500 to 4,999 Parent Organization: WS Atkins Administrator: Organization Designation: Employer Category: Federal Contractor without FAR E-Verify Clause NAICS Code:541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES View / Edit Total Hiring Sites: 93 View / Edit Total Points of Contact:1 View / Edit View MOU Page 1 of 1EmployerWizard 4/27/2011https://e-verify.uscis.gov/emp/EmployerWizard.aspx DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 38P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 39P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 40P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 41P#50139.05.16 ATKINS Per Attachment 7, Atkins will name Collier County as additional insured within fi ve (5) days of the award of this solicitation. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 42P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 43P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 44P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 45P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 46P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 47P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 48P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 49P#50139.05.16 ATKINS AVCON, Inc. 59-2890463 407.599.1122 5555 E. Michigan St., Ste. 200 Orlando, FL 32822 1988    Tierra, Inc. 59-3154723 813.989.1354 7351 Temple Terrace Hwy. Tampa, FL 33637 1992    Urban Green Studio, PLLC 26-2445485 239.263.4029 1263 Hernando Street Naples, FL 34103 2008   DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 50P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 51P#50139.05.16 ATKINS DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 52P#50139.05.16 04054.KH.16 © 2016 Atkins North America, Inc. www.atkinsglobal.com/northamerica Atkins 1514 Broadway, Suite 201 Fort Myers, FL 33901 Tel: +1.239.334.7275 Fax: +1.239.334.7277