Loading...
Agenda 03/26/2019 Item #16C 716.C.7 03/26/2019 Recommendation to award Request for Professional Services #18-7249, "Domestic Animal Services Building Design Renovation" (Project 50145), to ADG Architecture, LLC for professional architectural services in the amount of $209,253, authorize the Chairman to execute the attached contract, and authorize the necessary Budget Amendment. OBJECTIVE: To obtain professional architectural design services for the Domestic Animal Services (DAS) Building Design Renovation Project. The resulting design will provide a new animal facility that will comply with the Association of Shelter Veterinarians' Guidelines for Standards of Care in Animal Shelters (ASV Guidelines) and will result in a quality, best value project to serve the residents of Collier County CONSIDERATIONS: Collier County DAS is a sheltering organization caring for thousands of animals each year. The overall mission at DAS is to return strays to their owners, promote the adoption of homeless animals to new families, and to work toward ending the community problem of pet overpopulation. DAS is Collier County's only open -admission public animal shelter. In 2010, the Association of Shelter Veterinarians published its "Guidelines for Standards of Care in Animal Shelters," which is a comprehensive representation of the definitive standards for animal shelters nationwide. The ASV Guidelines outlines the recommendations for effective shelter population management, including protocols for maintaining adequate capacity for care and housing of its animals, as well as monitoring statistical data over time and responding to changing population and shelter conditions. A report and action plan contracted in 2015 by DAS with Maddie's Fund and the College of Veterinary Medicine of the University of Florida, and a subsequent assessment by BSSW Architects Inc. in September 2016, concluded that an additional kennel building would result in DAS maintaining the Average Length of Stay (LOS) above the 10 -day recommended minimum for up to 20 years. Together with shelter programs implemented to increase adoptions and decrease animal intake, DAS should be able to maintain adequate capacity for animal care and housing despite the projected population increase in the foreseeable future. On April 24, 2018, the Board of County Commissioners (Board) accepted the selection committee ranking and authorized staff to negotiate a contract with the top ranked firm, ADG Architecture, LLC for design of the Domestic Animal Services Building Design Renovation (Agenda Item #16D6). Consistent with the Competitive Consultant's Negotiation Act, Florida Statute Section 287.055, staff negotiated and reached a proposed agreement with ADG Architecture, LLC for a contract in the amount of $209,253 for all professional services. The attached contract includes permitting, final design plans and specifications. FISCAL IMPACT: The construction of a new kennel as well as the renovations of four buildings on the DAS site is eligible for Infrastructure Sales Tax money. On March 6t'', 2019, the Citizen Surtax Oversight Committee validated this project in the amount of $6 million. At this time, a budget amendment is needed in the amount of $300,000 in the Infrastructure Sales Tax Fund 318 to fund the design contract and other incidentals like permits, fees, etc. The budget amendment will recognize a short-term loan from the General Fund which will be repaid back when we receive sales tax revenues from the state. LEGAL CONSIDERATIONS: This Item is approved as to form and legality and requires majority vote Packet Pg. 868 03/26/2019 for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There are no Growth Management impacts associated with this action. RECOMMENDATION: To award Request for Professional Services #18-7249, "Domestic Animal Services Building Design Renovation" (Project 50145), to ADG Architecture, LLC for professional architectural services in the amount of $209,253, authorize the Chairman to execute the attached contract, and authorize the necessary Budget Amendment. Prepared By: Dayne Atkinson, Project Manager, Public Utilities Department ATTACHMENT(S) 1. 18-7249 ADG Architecture —Contract VendorSigned (PDF) 2. 18-7429 ADG Architecture_Insurance_3-5-19 (PDF) 3. [Linked] ADG's Proposal (PDF) 16.C.7 Packet Pg. 869 16.C.7 03/26/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.7 Doe ID: 8374 Item Summary: Recommendation to award Request for Professional Services #18-7249, "Domestic Animal Services Building Design Renovation" (Project 50145), to ADG Architecture, LLC for professional architectural services in the amount of $209,253, authorize the Chairman to execute the attached contract, and authorize the necessary Budget Amendment. Meeting Date: 03/26/2019 Prepared by: Title: Project Manager — Facilities Management Name: Bryan Vehovec 03/20/2019 10:07 AM Submitted by: Title: Director - Facilities Management — Facilities Management Name: Damon Grant 03/20/2019 10:07 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Facilities Management Damon Grant Director - Facilities Public Utilities Department Dan Rodriguez Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Public Services Department Steve Carnell Additional Reviewer Procurement Services Ted Coyman Additional Reviewer Procurement Services Swainson Hall Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office MaryJo Brock Additional Reviewer County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 03/20/2019 10:57 AM Completed 03/20/2019 11:01 AM Completed 03/20/2019 11:04 AM Completed 03/20/2019 11:11 AM Completed 03/20/2019 11:14 AM Completed 03/20/2019 11:55 AM Completed 03/20/2019 12:02 PM Completed 03/20/2019 1:14 PM Completed 03/20/2019 1:34 PM Completed 03/20/2019 1:36 PM Completed 03/20/2019 2:01 PM Completed 03/20/2019 2:37 PM Completed 03/20/2019 2:44 PM Completed 03/20/2019 3:12 PM Skipped 03/20/2019 3:33 PM Completed 03/20/2019 3:40 PM Packet Pg. 870 16.C.7 03/26/2019 Board of County Commissioners MaryJo Brock Meeting Pending 03/26/2019 9:00 AM Packet Pg. 871 16.C.7.a PROFESSIONAL SERVICES AGREEMENT Contract # 18-7249 for DAS BUILDING DESIGN RENOVATIONS Q CCNA ❑ NON-CCNA THIS AGREEMENT is made and entered into this day of , 20 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and ADG Architecture, LLC , authorized to do business in the State of Florida, whose business address is 3820 colonial Blvd., Suite 100, Fort Myers, Florida 33966 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning DAS BUILDING DESIGN RENOVATIONS (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; MM WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other Page 1 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 872 16.C.7.a governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Robert Taylor, AIA-NCARB, LEED AP a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a) -(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA Single Project Agreement 2017.010 Ver.1 ,CA, Packet Pg. 873 16.C.7.a Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9, The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 874 16.C.7.a CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real - Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. the COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 875 16.C.7.a 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: Page 5 of 32 PSA Single Project Agreement 2017.010 Ver.l nCA Packet Pg. 876 16.C.7.a a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time Page 6 of 32 PSA Single Project Agreement 2017.010 Ver.I PacketPg. 877 16.C.7.a to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ❑ Grynt F, indad- The hourly rates as set forth anal i de ntified On Schadi il Page 7 of 32 PSA Single Project Agreement 2017.010 Ver.I Packet Pg. 878 16.C.7.a ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"), The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless the 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 CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce Page 8 of 32 PSA Single Project Agreement 2017.010 Ver.1 Packet Pg. 879 16.C.7.a any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County 8.1.1. The duty to defend under this Article 8 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONSULTANT. The CONSULTANT's obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. Page 9 of 32 PSA Single Project Agreement 2017.010 Ver.I (C -X-6) Packet Pg. 880 16.C.7.a 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall Page 10 of 32 PSA Single Project Agreement 2017.010 Ver.1 Packet Pg. 881 16.C.7.a provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. Page 11 of 32 PSA Single Project Agreement 2017.010 Ver.] Packet Pg. 882 16.C.7.a 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. Al CCNA Projects: In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. Page 12 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 883 ARTICLE FOURTEEN CONFLICT OF INTEREST 16.C.7.a 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Director: Dan Rodridugez, Deputy Department Head Division Name: Public Utlilities Department Address: 9950 Goodlette Frank Road Naples, FL 34109 Administrative Agent/PM: Dayne Atkinson, Project Manager Telephone: 239-252-5337 E-Mail(s): Dayne.Atkinson@colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: ADG Architecture, LLC Address: 3820 Colonial Blvd., Suite 100 Fort Myers, FL 33966 Authorized Agent: Robert Taylor, AIA-NCARB, LEED AP Attention Name & Title: President Telephone: 239-277-0554 E-Mail(s): BobT@alliancedesigngroup.com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.l CA0 Packet Pg. 884 16.C.7.a 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE ■❑ Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Other• SGhedule G Solicitation # 18-7249 including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.l CAO Packet Pg. 885 16.C.7.a ..� o■ . mo�-- _ . 17.11. Applicability. Sections corresponding to any checked box (N ) expressly apply to the terms of this Agreement. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. Q At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be Page 15 of 32 PSA Single Project Agreement 2017.010 Ver.l CAQ) Packet Pg. 886 16.C.7.a awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. (signature page to follow) Page 16 of 32 PSA Single Project Agreement 2017.010 Ver. 1 t f Packet Pg. 887 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court & Comptroller In Date: Approved as to Form and Legality: County Attorney Name Consultant's Witn ss I. X6.4 Name and Title nes _ `1 1 Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, By: W.L. McDaniel, Jr. , Chairman Consultant: ADG Architecture LLC e,� Name and Title Page 17 of 32 16.C.7.a _ TL O �a L Wr _ O U d I L m Q 0 a N co r _ N t V R PSA Single Project Agreement 2017.010 Ver.I Q 1 Packet Pg. 888 SCHEDULE A SCOPE OF SERVICES 0 following this page (pages 1 through 7 ) Page 18 of 32 16.C.7.a PSA Single Project Agreement 2017.010 Ver.I 171 Packet Pg. 889 SCHEDULE B — SCOPE OF SERVICES #18-7249 DAS BUILDING DESIGN RENOVATIONS PROJECT DESCRIPTION AND UNDERSTANDING: The project is known as the "DAS (Domestic Animal Services) Building Design Renovation" and is located at 7610 Davis Boulevard, Naples, FL 34104. In broad terms the project consists of the design of a new dog kennel building along with various campus infrastructure improvements. The design process will take into consideration the following building, fire code, veterinary and animal care standards: 1. Association of Shelter Veterinarians Guidelines for Standards of Care in Animal Shelters 2. NFPA 150 — Standard on Fire and Life Safety in Animal Housing Facilities 3. Florida Building Code — 6th Edition 4. Florida Fire Prevention Code — 6th Edition 5. BSSW Shelter Planners Report 6. Amec Foster Wheeler HVAC and Electrical Investigation of the DAS Facility The project scope is further defined as follows: New Dog Kennel Building 1. Building will be designed as a prototype for future kennel buildings with at least one building use. 2. For budgetary reasons the building structure will consider a pre-engineered metal building structure, although the building envelope will be of more durable permanent construction such as concrete block. 3. The new kennel building will be air conditioned. 4. Civil site design activities required to secure a Collier County SDP is part of the proposed project. 5. Electrical engineering includes investigation and improvements to campus electrical service. This is required to support additional loading resulting from new and future air conditioning loads. PROJECT DELIVERY The Architect will perform the following tasks in order to accomplish the project: TASK 1 — Schematic Design Meet with the County's designated Representative as required to determine the following project objectives: a. Project program, goals, vision and scope b. Project design requirements C. Design objectives Page 1 of 7 16.C.7.a t�:�ti Packet Pg. 890 2. Provide limited field onsite investigation and measurements of existing project conditions. Investigation activities are limited to observation of viewable building features and attributes. Forensic activities or investigation of concealed structure is not included. 3. Provide architectural conceptual design studies in accordance with the project scope for your review. This includes the following: a. Schematic Floor Plans b. Schematic Building Elevations C. Conceptual Site Plan d. Conceptual Building Section 4. Attend meetings with County and other interested parties in order to further the development of the project. 5. Provide peer review as follows: a. Review for compliance with Association of Shelter Veterinarians Guidelines for Standards of Care in Animal Shelters b. Review of the clinic floor plan layout to ensure that programming and project goal requirements have been addressed and that floor plan circulation is efficient. 6. Provide 30% design documents to County Representative for review and comments. 7. Develop and provide preliminary opinion of probable costs. TASK 1 A — Geo -technical and Survey Services 1. Provide geo-technical exploration and soil report for foundation design of new kennel building. 2. Topographic & Boundary Sur, topographic data of site and locate existing improvements parking, driveways, sidewalks flow -ways. We will prepare a project limits only. ey: We will obtain representative ibutting features. Typically, we will necessary to facilitate design: buildings, signage, fences, utilities, and drainage specific purpose survey to encompass a. Boundary Survey- We will update the boundary survey. b. We assume that all title work will be provided by the County TASK 2 — Design Development 2 Refinement of schematic design with county staff and the respective advisory personnel resulting in selection of materials and building systems including layouts of mechanical, electrical, plumbing, structural, and architectural details. Provide 60% progress documents at both sets and review with the County's Facilities Construction and Maintenance Department. Packet Pg. 891 Page 2 of 7 16.C.7.a 3. The phase deliverables are to produce floor plans, sections, and elevations with full dimensions. These drawings typically include door and window details and outline material specifications. 4. Provide for the selection of colors and interior finishes. 5. Develop kennel equipment specifications. 6. Provide analysis and preliminary design for building foundation. 7. Provide analysis and preliminary design for building structure. 8. Complete mechanical, electrical, plumbing and fire protection system concepts for new kennel building as follows: a. Evaluation of requirement for fire sprinkler system in new building, to meet current codes. b. Review and analysis of facility's main electrical service, to accommodate increased air conditioning power demand. C. Electrical grounding systems, review and analysis of existing conditions and necessary repairs and upgrades. d. Emergency power system review and analysis of necessary upgrades to increase capacity. e. Review of the existing lightning protection system, for extension to new building. TASK 3 — Construction Documents 1. The Construction Document Phase — Preparation of final working drawings, final specification book, large scale details and specifications including engineering documents as detailed herein. 2. Structural Engineering: Finalize foundation design with construction details and specifications. Finalize building structure design with construction details. 3. Provide 90% documents to the County for review and comment. Receive County's comments and revise documents as necessary. 4. Provide 100% complete documents for bidding and permitting activities. 5. Complete mechanical, electrical, plumbing and fire protection system design for new kennel buildings. a. Design of air conditioning systems for new kennel building. b. Fire sprinkler system for new kennel building. C. Electrical grounding system for new kennel building d. Lightning protection system, design for extension of existing system to new building. f. Lighting systems design. g. Sound control recommendations for new kennel building. TASK 4 — Electrical Service Upgrade Electrical Service Upgrade: Provide engineering design to upgrade main electrical service and switch gear to increase facility ampacity capacity for new proposed loads. Page 3 of 7 16.C.7.a OCAO Packet Pg. 892 16.C.7.a TASK 5 - Acoustical Analysis 1. Acoustical analysis: Acoustical analysis of new kennel building for noise levels, and incorporation of sound control measures into the new building design. This excludes any review or analysis of the existing kennel or administrative buildings. TASK 6 — Communications and Technology Communication and Technology:_Design of data/voice distribution, security, CCTV, access control, per Collier County vertical standards and IT construction standards. For the new dog kennel building only, and interface with existing central distribution and control/monitoring systems. Fiber line into the building and a small IT room with a rack. Sixty (60) conduits into the room with jacks for data ports and cameras throughout. TASK 7 — Emergency Power Systems Upgrade 1. Design of uninterruptible power system (UPS) for potential services to critical systems such as data network, security and communications. This excludes any analysis or design for UPS systems in the existing buildings. TASK 8 - Civil Engineering Services and Design Scope 1. Prepare a Preliminary Site Plan to be used for design. 2. Obtain County's approval of the site plan prior to proceeding with the Site Development Plan Amendment design plans and amend it as required. 3. Attend meetings as requested with the Owner, project team, and pre - application meetings with Collier County, Greater Naples Fire Control District and the South Florida Water Management District (SFWMD) for coordination of various issues as they arise in the design process. 4. General coordination and project administration with other consultants and service providers. 5. Site Development Plan Amendment (SDPA) a. Schedule and attend Pre -Application Meeting. a b. Prepare SDPA application along with supporting documents, c� Engineer's Report and to Collier County for SDPA approval of the a proposed improvements. C. Prepare construction drawings and specifications for site Ir improvements including the following: 00 I. Potable water distribution system. II. Sanitary sewage collection system. III. Roadway and parking lot paving and drainage plans. IV. Signage and pavement markings plan r V. Stormwater Pollution and Prevention Plan a VI. Water and Wastewater Site Utilities Plan/utility Page 4 of 7 C AO IQ Packet Pg. 893 16.C.7.a connections. We assume that a fire line may need to be extended around the rear of the buildings and that access will be needed for fire protection. 6. Prepare Opinion of Probable Construction Cost for work designed by Engineer. 7. Coordinate the SDPA plans and application with the Landscape/Irrigation Architect and Lighting Plan Consultant meeting minimum requirements of Collier County for site buffers, parking lot and foundation to include: a. Planting plans showing size, location, species and quantities of trees, shrubs, ground covers and lawn areas. b. Landscaping calculations C. Irrigation Plans d. Planting and irrigation details. 8. Respond to comments from County staff during the approval process. 9. South Florida Water Management District (SFWMD) General Permit Modification to the Environmental Resource Permit (ERP) a. Prepare and submit application, calculations and accompanying documentation required by SFWMD for approval of a minor modification to the existing SFWMD ERP. b. Prepare surface water management plan modifications meeting SFWMD requirements. C. Respond to comments from SFWMD staff during the approval process. 10. Florida Department of Environmental Protection (FDEP) Permitting a. Prepare applications for general permits for potable water distribution and sanitary sewage collection systems and submit to FDEP. b. Respond to comments from FDEP staff during the approval process. 11. NPDES Permitting (FDEP) a. Prepare Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities and submit to Florida Department of Environmental Protection. TASK 9 — Project Permitting 1. Provide permitting support services including the following: a. Respond to plan review comments. b. Where required meet with Building or Fire Department in order to assist in securing building permit. C. Permitting documents for kennel building will be filed electronically to a Collier County Building Department by Architect. Page 5 of 7 Packet Pg. 894 DELIVERABLES Task 1 Kennel Building Design and Civil Engineering Conceptual Design Activities: The Architect will provide the following documents or plans that address the project scope for the County's review and approval. A reasonable amount of copies of these documents are included in the base fee. Additional copies shall be reimbursed to the Architect as stated on Schedule B of this Agreement. Documents can be provided as digital PDF files via email at no additional cost. Task 1 — Deliverables: a. Conceptual design documents as indicated herein b. Opinion of project probable costs C. Documents required in order in order to submit for SDP or architectural design review. d. Site topographical and boundary survey. e. Geo -technical Survey and Report f. Conceptual Landscape Plan 2. Tasks 2, 3, 4,5,6,7,8 and 9 — Upon the County's approval of the Task One documents the Architect will provide the following documents for the County's use. Copies for permit sets are included in the base fee. Copies of construction sets, or other uses are not included in the base fee, and shall be reimbursed to the Architect as stated on Schedule B of this Agreement. Documents can be provided as PDF files via email at no additional cost. Task 2,3,4,5,6,7,8 and 9 - Deliverables a. Architectural Drawings, construction detail and code compliance data. b. Interior Design Drawings C. Civil Engineering Drawings and required permit applications. (Permitting fees are by the Owner) d. Landscaping and Irrigation System Plans e. Structural Engineering Drawings with construction detail. f. Plumbing and Mechanical Drawings with construction detail. g. Electrical Power and Lighting Plans h. Fire Sprinkler and Alarm Plans i. Project Manual — Book Specification j. Building permitting application submitted electronically k. Final building permit I. Final SDP permit M. Any other required permit for construction of the new facility Page 6 of 7 16.C.7.a Packet Pg. 895 16.C.7.a QUALIFICATIONS TO SCOPE OF SERVICES 1. Mechanical engineering includes HVAC design, energy code calculations, and plumbing system design. 2. This includes waste, domestic water systems, and storm drainage systems. 2. HVAC systems shall be a conventional split system direct expansion type. The design of a central chilled water system is not included. 3. Fire sprinklers design excludes specification of a fire pump. (A fire pump may be required depending on the water pressure in the public water system). Hydraulically calculated sprinkler plans shall be provided by your fire sprinkler sub -contractor. 4. Electrical engineering includes lighting and power, and specification of these system devices. The design of structured cable of voice — data network systems is excluded at this time. 5. Fire alarm device will be presented on plan in accordance with Florida statute. (Fire alarm system shop drawings are not included). 6. Specialty engineering of manufactured products, such as metal building components, trusses, steel joists, curtain walls or light gauge metal framing is excluded. 7. All permitting, testing and application fees are by Others. 8. Project will not be LEED certified or other similar "green: certification. 9. Bidding support and construction administration services are not included. Page 7 of 7C�:�O Packet Pg. 896 16.C.7.a SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/Item Description Lump Sum Time and Materials Not -To - Exceed 1 Schematic Design $14,100.00 $ la Geo -Technical Survey and Report Topographical Survey $ 6,044.00 $ 2 Design Development $42,554.00 $ 3 Construction Documents $ 66,405.00 $ 4 Electrical Service Upgrade $ 4,950.00 $ 5 Acoustical Analysis $ 8,375.00 $ 6 Communications and Technology $4,950.00 $ 7 Emergency Power Systems Upgrade $ 5,775.00 $ 8 Civil Engineering / SDP Permit $ 47,725.00 $ 9 Project Permitting $ 8,375.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $209,253.00 $ Total Time- and $ $ GRAND TOTAL FEE $209,253.00 1 $ Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.l g Packet Pg. 897 16.C.7.a B.2.2. F_I* Tame unJ4A.atgrial Pees.- The fees nntorJ in Con__F2..2- . S to -be --pa j e�@a , s personnel, wlt%-respect-to-t4is-Pro ct, in Clin -a4JndjfeGt �cly�9�-FP�a�d-69S�S ar�d �I�L�6-bg�lf�#�S�I� a-GSof-the-rates set forth in the Attachment I to VV4 -6aGh monthly Ay �1-t�nae �es9�r� and --any ethe r -d osu m e on -reason Wired -by -the -COUNTY, regar-din sire�t-Labsr-Costs4ncur-red-at4he-4i i be-rev4ewee G01 IN -TY _pay W not to exceed taskts� limi+c by the percentage the COUNTY has.; dleteflpin���Li.�&11�1 B.2.3. Q■ * Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. Page 20 of 32 PSA Single Project Agreement 2017.010 Ver.l A Packet Pg. 898 16.C.7.a 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 8.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. 8.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: 8.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. 8.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. Page 21 of 32 PSA Single Project Agreement 2017.010 Ver.l =.r.�i=. Packet Pg. 899 16.C.7.a B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. 8.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA Single Project Agreement 2017.010 Ver.I C Packet Pg. 900 16.C.7.a SCHEDULE B — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal Architect $180.00 Principal Engineer $160.00 Staff Architect/Engineer $115.00 Architectural Designer $100.00 Project Manager $100.00 Interior Designer/Director $115.00 Staff Interior Designer $80.00 Senior CADD/Draftsperson $75.00 CADD/Draftsperson $65.00 Junior CADD/Draftsperson $60.00 Interior Design Technician $60.00 Clerical $55.00 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. ❑ *Grant Fundad,; The above hourly rates are for purPosas of providing estimate(s), as required by the grantor agenGy. Page 23 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 901 16.C.7.a SCHEDULE C PROJECT MILESTONE SCHEDULE Task/Item Description CumulativeNumber of Calendar bays For Completion from Date of Notice to Proceed for Services under this A reement 1 Schematic Design 60 2 Design Development 120 3 Construction Documents 180 4 Electrical Service Upgrade 200 5 Acoustical Analysis 200 6 Communications and Technology 200 7 Emergency Power Systems Upgrade 200 8 Civil Engineering / SDP Permit 200 9 Permitting 260 Page 24 of 32 PSA Single Project Agreement 2017.010 Ver.l c 0 0 m c a, 0 aD 0 m (D 0 2-0 a) m E a W to d E 0 0 as N ti qq M 0 a CD N ti 00 T C CD E L V Q t Packet Pg. 902 16.C.7.a SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. 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 coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 25 of 32 PSA Single Project Agreement 2017.010 Ver. I Packet Pg. 903 16.C.7.a 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse 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 coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? FE -1 Yes ❑ No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $100,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes Al No 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes FE -1 No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? [MV Yes ❑ No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 904 16.C.7.a Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes Q No 16. Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes FE -1 No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? 0 Yes ❑ No Business Auto Liability: Coverage shall have minimum limits of $ 500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. Page 27 of 32 PSA Single Project Agreement 2017.010 Ver.1 CAS' Packet Pg. 905 16.C.7.a 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes X No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes Q No Cyber Insurance: Coverage shall have minimum limits of $ 20. UMBRELLA LIABILITY. Per Occurrence A. Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. B. The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? R Yes ❑ No A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA Single Project Agreement 2017.010 Ver.1 F Packet Pg. 906 16.C.7.a of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA Single Project Agreement 2017.010 Ver.I Packet Pg. 907 A This schedule is not applicable. 16.C.7.a SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, ADG Architecture, LLC (company's name) 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 " DAS Building Design Renovations "project is accurate, complete and current as of the time of contracting. BY: TIT : 'Ftl. TO "-T DATE: Page 30 of 32 PSA Single Projeet Agreement 2017.010 Ver I Packet Pg. 908 SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Robert Taylor Principal Architect -PIC 20 Clarisa Parodi Project Designer 40 Jennifer Gloer Project Architect 60 Dr. C. M. Taylor, DMV Special Consultant 5 W. Terry Cole Civil Engineer, PIC 20 Barry Jones Design Engineer 60 Thomas Murphy Land Surveyor 5 Greg Diserio Landscape Architect 30 James Lange Structural Engineer, PIC 30 Lawrin Ellis Mechanical Engineer, PIC 30 Carmine Rende Jr. Senior Project Engineer 35 Brett Sands Electrical Engineer 50 Jeffrey Stash Plumbing - Flre Protection Engineer 40 David Southwick Technology and Systems Engineer 35 Page 31 of 32 PSA Single Project Agreement 2017.010 Vent 16.C.7.a c 0 0 c .y d c =a m d v L is E Q v N 0 E 0 D rn N ti co r 6'1 1* N Ir 00 C d E t V R a Packet Pg. 909 Other: SCHEDULE G (Description) ❑ following this page (pages through ) FN this schedule is not applicable Page 32 of 32 16.C.7.a PSA Single Project Agreement 2017.010 Ver.l Packet Pg. 910 I 16.C.7.b I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 2/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jason Travis The Hilb Group of Florida, LLC - Tampa PHONE FAX 3438 Colwell Ave AIC No Ext): 813-636-4000 AIC No): 813-281-1086 Tampa FL 33614-1615 ADDRESS: info@hockmaninsurance.com INSURED ADG Architecture, LLC & Alliance Design Group, PA 3820 Colonial Blvd., Ste. 100 Fort Myers FL 33966 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers Property Casualty Company of America 25674 ADGARCH-01 INSURER B: RLI Insurance Company 13056 INSURER C: Travelers Indemnity Co of America 25666 INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER: 1463048821 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS C X COMMERCIAL GENERAL LIABILITY Y 680-71-1434057 3/1/2019 3/1/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR DAMAGE TO PREM SES (Ea occurrenceRENTE $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 GEN'L POLICY jE LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: C AUTOMOBILE LIABILITY 680-71-1434057 3/1/2019 3/1/2020 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIREDX NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N U13-71-1555433 12/14/2018 12/14/2019 X PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Professional Liability RDP0032730 5/23/2018 5/23/2019 1,000,000 Each Claim 2,000,000 Ann Ag DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability is written on a claims made and reported basis. RE: #18-7249 DAS BUILDING DESIGN RENOVATIONS - Collier County Board of Coun Commissioners in Collier County is included as an additional insured under the captioned Commercial General Liability policy on a primary and non -contribute basis, but only when such is required by written contract and prior to rendering of services. 30 day notice of cancellation is afforded. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 911 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations December 7, 2017 Evelyn Colon, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 RE: Request for Professional Services for DAC Building Design Renovations RPS No.: 18-7249 ADG RFQ 2017-Q-072 Dear Selection Committee: ADG Architecture, llc (ADG) (formerly known as Alliance Design Group, PA), is pleased to provide you our firm’s project history and credentials as it relates to the design of veterinary services and animal shelter facilities. ADG has designed veterinary and animal care facilities throughout the SW Florida region including the original Collier County DAS facility and the Lee County Animal Shelter. Our project experience and resume for these projects and others are included herein. Your design team for this project includes our mechanical, plumbing and electrical consultant’ TLC Engineering for Architecture and civil engineering consultant Hole Montes Engineering of Naples. Both firms were on our team for the Collier County DAS and Lee County Animal Shelter projects. TKW Consulting Engineers, Inc., a minority business company provides structural engineering design services to the project. All team members have staffed local offices. Because of our track record in the planning and construction of similar facilities we bring to this project the knowledge and depth of experience required to successfully plan, design and construct the proposed new kennel facility. Even more important; we have the experience to successfully guide the planning of the facility while understanding the unique DAS requirements which in turn will influence corresponding facility functions and design outcomes. Our Commitment If retained for this project, ADG will commit this team in its entirety, from Principal through designers and engineering personnel for the duration of the project. On behalf of our team of committed professionals, we look forward to serving and working with your Collier County Government and DAS project team on this exciting project! Sincerely: ADG Architecture, llc Robert T. Taylor, AIA-NCARB, LEED AP BD+C President BobT@alliancedesigngroup.com www.adgarchitecture.com Section 1 State of Florida Department of State I certify from the records of this office that ADG ARCHITECTURE, LLC is a limited liability company organized under the laws of the State of Florida, filed on January 20,2012. The document number of this limited liability company is L 1 20000 10249. I further certifo that said limited liability company has paid all fees due this office through December 3I,2012, and its status is active. I further certiff that said limited liability company has not filed Articles of Dissolution. Given under my hand ond the Great Seul of Floricla, at Tallahussee, the Cupital, this the Twenty Second day of June, 2012 Ub[+^ Secretary of Stute Authentication ID: 500236709585-062212-L1200001 0249 To authenticate this certificate.visit the follorvine site. enter this ID. and then follorv the instructions displaled. - https ://efi le.su n biz.org/certau thver. htm l DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACTPRODUCERNAME: PHONE FAX (A/C, No, Ext):(A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXPTYPE OF INSURANCE POLICY NUMBER LIMITSLTRINSD WVD (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMITAUTOMOBILE LIABILITY $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULEDAUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGEHIREDNON-OWNED (Per accident)$AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-WORKERS COMPENSATION STATUTE ERAND EMPLOYERS' LIABILITY Y / NANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $N / AOFFICER/MEMBER EXCLUDED? (Mandatory in NH)E.L. DISEASE - EA EMPLOYEE $If yes, describe underDESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03)© 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADGAR-1 OP ID: JT 05/11/2017 813-636-4000 Jason Travis Hockman Insurance Agency, Inc. 3438 Colwell Avenue Tampa, FL 33614 813-636-4000 813-281-1086 Travelers Indemnity Co.25658 Travelers Casualty & Surety Co 31194ADG Architecture, LLC & Alliance Design Group, PA 3820 Colonial Blvd., Ste. 103 Fort Myers, FL 33966 RLI Insurance Company A X 1,000,000 X 300,000680-7H434057 03/01/2017 03/01/2018 5,000 1,000,000 2,000,000 X 2,000,000 A 1,000,000 680-7H434057 03/01/2017 03/01/2018 X X B X UB-007H555433 12/14/2016 12/14/2017 1,000,000 1,000,000 1,000,000 C Professional RDP0024717 05/23/2017 05/23/2018 Per Claim 1,000,000 Liability Ann Agg 2,000,000 Professional Liability is written on a claims made and reported basis. FORPROP For Proposal Purposes **************** **************** Licenses and Registrations State of Florida State of Michigan State of Louisiana State of Alabama State of Mississippi State of Florida Licensed Threshold Building Inspector Professional Affiliations American Institute of Architects N.C.A.R.B. Certified (National Council of Architectural Registration Boards) USGBC LEED Accredited Professional USGBC LEED Accredited Professional Education Bachelor of Architecture, Lawrence Technological University, Southfield, MI BENEFITS •Strong background in project management and leading teams in complex projects including new construction and renovation projects. •Diversified experience in all types of building construction systems. •Experienced in the design of new commercial buildings, multi-family, retail and animal care facilities. ROBERT TAYLOR, AIA –NCARB, LEED AP BD+C President PROFESSIONAL EXPERTISE •Contract Administration •Programming and Design •Development of Construction Drawings and Specifications •Construction Administration •Roofing System and Building Envelop Diagnosis and Remediation BACKGROUND Robert founded ADG Architecture, llc in 1990 and brings to your team a strong background in commercial building design and construction. His experience includes; leading project design and engineering teams for over thirty years. Past project experience includes consulting for the Army Corp of Engineers, multi- national corporations, local municipal governments and school boards. Robert has led ADG to build an outstanding resume of quality commercial building projects. ADG has also been a key source of design for many multi-family projects in signature communities throughout the state of Florida. Robert has developed a company culture that sets as a priority customer service to their clients, meeting project deadlines and budgets. ADG company guiding principles include the belief that a successful design is achieved through clear communication and an appreciation of the client’s objectives. Our strong foundation in construction and design knowledge combined with our practical experience enable us to produce detailed construction drawings with positive outcomes for our Clients. RELEVANT PROJECT EXPERIENCE •Lee County Animal Shelter, Original Building and Expansion and Renovation Project, Fort Myers, FL •Collier County DAS, Associate Architect for Original Buildings and Architect of Record for Administration Building •All American Pet Resort, Fort Myers, FL –Original Building and Addition •All American Pet Resort, Naples, FL (currently in design) •Lighthouse Pet Clinic, AAHU Accredited Veterinary Hospital, Lehigh Acres, FL •Choice Veterinary Services, Clinic and Hospital,Punta Gorda, FL •Cat Cottage, A Pet Feline Only Hotel, Punta Gorda, FL BENEFITS •Strong background in architectural design and project management and coordination •Experienced in planning and design of several pet care facilities. Jennifer Gloer,Architect PROFESSIONAL EXPERTISE •Programming and Design •Development of Construction Drawings •Construction Administration •Project Coordination BACKGROUND Jennifer joined ADG Architecture, llc in 2017 and brings to your team a strong background in architectural design and construction. Her experience includes the architectural design of multiple projects with pet care facilities. RELEVANT PROJECT EXPERIENCE •Orchid Run Apartments, Pet Care Facility, Naples FL •Creekside Ranch Apartments, Pet Care Facility, Bradenton FL Licenses and Registrations State of Florida Education Master of Architecture, Kent State University, Kent, OH – BENEFITS •Strong background in architectural design, interior design and project management and coordination •Experienced in master space planning of multi-phase site developments. •Experienced in the design of new commercial buildings, multi-family, retail and animal care facilities. M. CLARISA PARODI, Associate AIA Operations Manager PROFESSIONAL EXPERTISE •Programming and Design •Development of Construction Drawings •Construction Administration •Project Coordination •Community Garden Specialist •ADA Specialist BACKGROUND Clarisa joined ADG Architecture, llc in 2002 and brings to your team a strong background in architectural design and construction. Her experience includes the architectural and interior design of all types of commercial, religious and educational facilities.She also is a skilled designer of Animal care and veterinary facilities. Relevant project experience for this proposed project includes the design and project management for several Animal Shelter facilities. Significant project experience includes working closely with Lee County Animal Services, All American Pet Resorts and private veterinary clinics. RELEVANT PROJECT EXPERIENCE •Lee County Animal Shelter, Original Building and Expansion and Renovation Project, Fort Myers, FL •Collier County DAS, Associate Architect for Original Buildings and Architect of Record for Administration Building •All American Pet Resort, Fort Myers, FL –Original Building and Addition •All American Pet Resort, Naples, FL (currently in design) •Lighthouse Pet Clinic, AAHU Accredited Veterinary Hospital, Lehigh Acres, FL •Choice Veterinary Services, Clinic and Hospital, Punta Gorda, FL •Cat Cottage, A Pet Feline Only Hotel, Punta Gorda, FL •Peace River Wildlife Center, Port Charlotte, FL •Animal Companion, Fort Myers, FL Licenses and Registrations Colegio de Arquitectos de La Provincia de Buenos Aires, Argentina Professional Affiliations American Institute of Architects Education Bachelor of Architecture, School of Architecture, Urbanism and Design Universidad Nacional de Mar del Plata, Buenos Aires Christopher Taylor DVM 5600 Banner Dr., Fort Myers, Fl. 33912 Dvmtaylor1@outlook.com SUMMARY Practicing Shelter Veterinarian with 30 years experience. PRACTICE HISTORY Clinical Positions • Owner of Fisher Lake Veterinary Clinic, Three Rivers, Michigan. 1987. • Owner of Heartland Veterinary Clinic, Harrisonburg, Va. A multidoctor practice. 1993. • Owner of Banfield, The Pet Hospital. Fort Myers, Fl. 2003. • Veterinarian, Lee County Animal Services. Fort Myers, Fl. Shelter Veterinarian and consultant. 2005. • Owner of Lighthouse Pet Clinic. Lehigh Acres, Fl. 2010. • Owner of Well Pet Care Clinic. Deland Fl. 2013 • Owner of Companion Pet Clinic. Fort Myers, Fl. 2015. • Veterinarian, Lee County Domestic Animal Services, Fort Myers, Fl. HISTORY OF PROJECTS PERTINENT TO CLINIC DESIGN Projects • 1990. Moved and remodeled Fisher Lake Clinic. • 1994. Moved and built out Heartland Veterinary Clinic of Harrisonburg Va. The design was a 5000 sf layout with a large waiting area, multiple exam rooms, full clinic and large kennel area. • 2009. Veterinarian, Lee County Animal Services. Worked with engineers at Alliance Design Group of Fort Myers and designed the new clinic addition to the Lee County Animal Shelter. • 2010. Reopened Lighthouse Veterinary Clinic in a self designed 1800 sf layout with the aid of the Architects at Alliance Design Group. • 2014. Designed and opened Companion Pet Care, a 3000 sf Veterinary Facility. • 2017. Currently working with Alliance Design Group on a free standing expansion of the Stray Intake Shelter space at Lee County Animal Services. 950 Encore Way Naples, Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers, Florida 33919 239.985.1200 Hole Montes, Inc. Company Overview: Hole Montes, Inc. is among Southwest Florida’s original full service providers of engineering design, survey, permitting, and inspection services for civil engineering, transportation, and utility projects. Over the course of our 51 years of service in Southwest Florida, our staff has designed and inspected a number of roadways, countless force mains and lift stations, and hundreds of miles of water and sewer lines for host of residential and mixed use developments, commercial and retail centers, corporate headquarters and municipal buildings and projects throughout Collier and Lee County. Hole Montes has gathered a team of seasoned land development engineers that have the ability to convert a conceptual land plan into an engineering and economically feasible design. From the earliest planning stages, through preliminary design, permitting, final design and production of construction drawings, all our engineers and related specialists have one goal—to meet Collier County’s needs. Previous Experience with Domestic Animal Services (DAS) Lee County DAS: In 2009, Hole Montes was contracted by Lee County to provide civil engineering services for the 10,000 SF expansion of the existing 8,000 SF Animal Services building. The addition included a 4,000 SF Veterinary Center and 6,000 SF Cat and Kitten holding area, Conference Room and Storage. A redesign of the Parking lot added 39 spaces for a total of 3 handicap and 67 parking spaces. Hole Montes provided survey, site planning, parking lot improvements, and permitting, utility coordination and landscape architecture services. Collier County DAS: In 1998, Collier County contracted Hole Montes to build the first DAS campus at 7610 Davis Boulevard, Naples, Florida. Hole Montes provided Surveying, Permitting, Site Planning, Utility Design, Drainage/Storm water Management and CEI Services. When the campus was later expanded, Hole Montes provided similar services. – W. Terry Cole, P.E. Principal in Charge, QA/QC - Civil Engineering At Hole Montes, Inc. Mr. Cole has been Project Manager for many land development and municipal projects. He has managed projects from the design and permitting phases through construction inspection and infrastructure acceptance. He has worked extensively with Naples Community Hospital since 1991, successfully completing projects that range from parking garages to the expansion of Emergency Room facilities. Mr. Cole and Hole Montes provided civil engineering, permitting and site planning for the original Collier County DAS when it was first opened. Currently, Mr. Cole serves on The Humane Society of Naples Board as a volunteer to coordinate and review site construction projects. Projects to date include parking lot improvements and bridge repair plans. The Humane Society is now working on developing a new master plan for the Burr Oak property where the boarding facilities are located. Other major projects include drainage and roadway improvements in Pine Ridge Industrial Park ($6 million construction cost); Quail West, a 1,200-acre residential development including a 36-hole golf course; Fiddler’s Creek, a 3,930-acre residential golf course development; Olde Cypress, a 470-acre residential golf course development; Bridgewater Bay, a single/multi-family development; the master planning and design for First Baptist Church and Academy (100-acre project); Longshore Lake, a residential community. Mr. Cole has designed facilities on many other commercial/residential sites. They include: Radiation Therapy Center, Sports Authority, Collier County Production Park, North Naples Medical Park, World Tennis Center, Briarwood and Safe Harbor. He also serves as the District Engineer for the Lely Community Development District (CDD) and Fiddler’s Creek #1 and #2 CDD, Hacienda Lakes CDD, Naples Reserve CDD, Verona Walk CDD, Naples Heritage CDD and Vasari CDD . As staff civil engineer and head of facilities management at the Naval Hospital in Newport, RI, he was responsible for maintenance and construction of hospital facilities. He directed a Public Works maintenance department and coordinated the design and construction of base facilities. He managed a budget of $2 million per year for maintenance and utilities for base facilities. As resident officer in charge of construction at the Naval Base in New Orleans, LA, Mr. Cole was a Contracts Administrator. He supervised coordination, planning, inspection, change order negotiation and project acceptance for a wide variety of more than 100 projects with a total construction value of $23 million. Projects included runway and taxiway improvements, drainage and sanitary sewer improvements for base facilities and construction and renovation of new and existing buildings. Signature Projects •Collier County DAS David Blvd Campus and Expansion •Humane Society Parking Improvements •Humane Society Master Plan for Burr Oak property •NCH Jay & Patty Baker Tower •NCH North Collier Pediatric ER •North Naples Research and Technology Park •Pine Ridge Industrial Park •Naples Community Hospital Downtown Campus •Naples Community Hospital North Collier Hospital •Collier County Special Operations (CCSO) Education Bachelor of Science, Civil Engineering, Texas A & M University, 1983 Professional Registration Professional Engineer, Florida #42347 Community Service Board of Directors, The Humane Society of Naples Total Years Experience: 34 Years with Hole Montes: 28 950 Encore Way Naples, Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers, Florida 33919 239.985.1200 Barry E. Jones, P.E. Project Manager – Civil Engineering Mr. Jones’ experience encompasses a broad spectrum of civil engineering disciplines from utility management and transportation engineering to residential and commercial development design and CDD engineer. His experience as agency reviewer, developer, and contractor gives him the insight and ability to maintain a holistic perspective during a project. He will be responsible for design, permitting, and post design management of private and public sector projects throughout Southwest Florida including residential and commercial land development projects, roadway improvement projects, pedestrian improvements, and on and off-site water/sewer improvements. He will also conduct due diligence studies and prepare code compliant site plans for residential and commercial development. Prior to his arrival at Hole Montes, Mr. Jones has spent the majority of his civil engineering career working on Southwest Florida projects. While employed by TY Lin Int’l (April 2008 – May 2013) Mr. Jones was responsible for design, permitting, and post design management of public sector projects including roadway, bridge rehabilitation, traffic signals, pedestrian improvements, water/sewer, and street lighting. Conduct FDOT level QA/QC review on transportation projects around the state. He prepared project specific and continuing engineering services for municipalities throughout SW Florida, participated in presentations and public relations workshops and in PPP project design and approach for large scale public sector transportation improvement projects. Public Signature Projects •Collier Area Transit Transfer Facility, Radio Road, •Downtown Fort Myers Streetscape Improvements , City of Fort Myers •Lakes Park, Permit perimeter enhancements and entry feature, Lee County Parks and Recreation •Sanibel Toll Plaza, Parking & Pedestrian Improvements, Lee County Department of Transportation Private Development Signature Projects Orchid Run Apartments - Collier County Florida – 320 Unit apartment complex in Collier County. Responsible for design and permitting including SFWMD, Collier County SDP, FDEP, and City of Naples utilities. Coastal Beverage Maintenance Facility - Naples, Florida. Fleet maintenance and fueling facility for Coastal beverage. Responsible for Collier County SDP approval, SFWMD permitting, City of Naples utilities, and FDEP utility permitting. Reflection Lakes - Engle Homes aka TOUSA, Inc. Fort Myers, FL - Project Manager and Engineer of Record for a 390 acre mixed-use development. Beachwalk - Beazer Homes, Premier Homes, and Throgmartin Development, Fort Myers, FL - Project Manager and Engineer of Record for a 120 acre mixed-use development. Heatherwood Lakes - NBD Development, Cape Coral, FL - Project Manager and Engineer of Record for a 53 single- family development in the City of Cape Coral. Education University of Florida, Associates of Arts, 1985 University of Florida, Bachelor of Science in Civil Engineering, 1990 Professional Registration Professional Engineer, Florida #52675 Professional Affiliations: American Society of Civil Engineers Florida Engineering Society 950 Encore Way Naples, Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers, Florida 33919 239.985.1200 Total Years Experience: 25 Years with Hole Montes: 1.5 Thomas M. Murphy, P.S.M. Vice President / Director, Survey Division / Shareholder Mr. Murphy is a Vice President with Hole Montes, Inc. and manages the company’s Survey and Mapping Division. As a licensed Professional Surveyor and Mapper (P.S.M.), he has been responsible for several various types of surveys including Boundary, Topographic, Right-of-Way Mapping, Mean High Water Line, Hydrographic Surveys and Construction layout on many large residential developments including multi-family condominiums. During Mr. Murphy’s years of surveying for Hole Montes, he has surveyed thousands of acres in Southwest Florida. He has managed major surveying projects for both public and private clients including, Collier County Transportation, Collier County Public Schools, Fiddler’s Creek, Quail West, Lee County Transportation, Miromar Lakes Beach and Golf Club and Naples Community Hospital. Sandy Lane/ Via Coconut Point and Coconut Point Lifestyle Center and Regional Mall, Estero, Florida Mr. Murphy’s department completed survey and mapping for the extension of Sandy Lane/Via Coconut Point. The project involved three sections of new four-lane roadway totaling 3.8 miles in length. It was designed with a 100 foot right-of-way corridor and required a “fast track” approach due to a new Coconut Point regional shopping mall, also designed and surveyed by Hole Montes, which accelerated the need for the new roadway corridor. This segment of Sandy Lane / Via Coconut Point provides a north-south corridor from the City of Bonita Springs to Alico Road. Coconut Point is a 500 acre parcel which includes 90,000 square feet of office condominiums, residential units and up to 1.2 million square feet of retail space. The District School Board of Collier County Over recent years, Mr. Murphy has conducted Boundary / As- built surveys of four schools in Immokalee and four in Naples. The surveys of these schools were required to include a 50 foot grid topo, location of trees, buildings, adjacent right-of- ways and utility indicators including inverts, pipe types and sizes to be used in the design of expanding the facilities. Signature Projects •LCU / BSU Emergency Interconnect; Lee County Florida •Minnesota Twins Expansion Parcel, Lee County •Boston Red Sox Spring Training Facility, Lee County • Lemon Bay High School, Charlotte County • Meradowpark Elementary School, Charlotte County •Gladiolus Drive widening, Lee County Dept. of Transportation (DOT) •Picayune Strand Restoration Project, US Army Corps of Engineers (USACE) •Merit Island Pump Station, USACE •Carrell / Winkler Utility Improvements, City of Fort Myers •Extension of Via Coconut Point / Sandy Lane, Lee County DOT •The Widening of Alico Road, Lee County DOT •The widening of Immokalee Road, Collier County DOT •The Widening and Extension of Livingston Road, Collier County DOT •Southwest Florida International Airport, Lee County Port Authority •Page Field Airport, Lee County Port Authority •Private developments including Coconut Point Regional Mall & Lifestyle Center , Miromar Lakes, Fiddler’s Creek, Quail West and others Professional Registration Professional Surveyor and Mapper, Florida #LS5628 Professional Affiliations Florida Society of Professional Land Surveyors, Lee Chapter National Society of Professional Surveyors Total Years Experience: 33 Years with Hole Montes: 22 950 Encore Way Naples, Florida 34110 239.254.2000 6200 Whiskey Creek Drive Fort Myers, Florida 33919 239.985.1200 Hole Montes, Inc. Hole Montes, Inc. Hole Montes, Inc. www.DMJAFL.com FL #: LCC000063 gdiserio@dmjafl.com 2221 McGregor Blvd. Ft. Myers, FL 33901 TEL: 239· 337 · 5525 FAX: 239· 337 · 4494 Landscape Architects * Site Planners * Arborists * Ecologists David M. Jones, Jr. and Associates, Inc. are Landscape Architects, Planners, Arborists and Ecologists, which incor- porated in 1981 aer the acquision of the area’s oldest firm of George F. Causey, founded in the 1960’s. DMJA now has a satellite office in Port Charlo.e and are in our fourth decade of providing design to Southwest Florida. Our past experience includes: Master Planning, Recreaonal Area Designs, Site Planning, Construcon Documents, Bidding and Construcon Observaon, Permi6ng through Local, State and Federal Agencies, State and Local Roadway Beauficaon Projects and Grant Applicaons, and Develop- ment Design. DMJA is a Group 15 qualified professional with FDOT. DMJA is also a state cerfied DBE Service Disabled Veteran Business Enterprise. Landscape Architecture Services available to Public and Private sector clients are delivered in a team ap- proach. Our planning system looks are three factors for design: Goals, Development Restricons, and Budgetary Constraints. We blend all the necessary components into a manageable framework for implementaon: Master & Site Planning, Construcon Documentaon, Bidding & Ne- goaon, Code Compliance & Permi6ng, Project Amenity & Identy Design, Indigenous Preserve Management Plans, LEED Cerficaon Design, Re-Zoning Design & Applicaon, Irrigaon Systems Design, and Water Use Permits. Project Profiles: Roadways - I-75 & Bayshore Interchange, McGregor Blvd., US 41 Caloosahatchee River to Li.leton Road, Hancock Bridge Parkway, US 27 Moorehaven, Del Prado Blvd. phase 2, and Country Club Blvd. Government - Lee Cty Jusce Center, Cape Coral PD HQ, NW Library, Charlo.e Cty Recrea- on Center, FMB Fire Staon, & North Port City Hall. Parks & Recreaon - Lakes Park, Ten Mile Linear Canal, Stars Complex, Cape Coral Golf Course, Manatee Park, Lee Cty Sports Complex, & Bowmans Beach. Educaonal - FGCU Bldgs, Edison State Col- lege, Lee Cty Schools, Collier Cty Schools, Charlo.e Cty Schools, Brightest Horizons Child. Commercial - PNR Petroleum Fuel Staons, Cruisers Car Wash, BMW of Ft. Myers, FL Gulf Bank, Iguana Mia Restaurant, Shrimp Shack & Rib City. Healthcare - Hope Hospice, Ronald McDonald House, VA Clinic Ft. Myers, SW Regional Medical Center, Mitchell Dental Facili- ty. Residenal - Gulf Harbour, KB Homes Developments, Cooperhead Lehigh, Bu.erfly Estates, Pine Island Apartments, & Beau Rivage. Resort/Aquac - Pink Shell Resort Pools, Embassy Suites Estero, Diamond Head Resort, Fort Myers Beach Pool. 2221 McGregor Boulevard Phone: (239) 337-5525 Fort Myers, Florida 33901 Fax: (239) 337-4494 LC C000063 GREGORY J. DISERIO Principal & Landscape Architect Biography: Vice-President, Landscape Architect, and Project Team Leader for David M. Jones, Jr. & Associates since 1990. His experience leads the team of employees, sub-consultants, and clients toward Successful financial and developmental completion of both public and private industry projects. Projects range from small to regional, comprehensive, multi-phased projects with values above $4 million. Education Bachelor of Landscape Architecture, West Virginia University, 1980 Florida Landscape Architecture Licensure: 1982 Professional Design Experience: David M. Jones, Jr. and Associates, Inc. 1990-Present: Vice President, David M. Jones, Jr. and Associates, Inc. (DMJA). DMJA is a locally owned and operated small business, serving Southwest Florida for the past thirty (30) years. DMJA provides Landscape Architecture, Site Planning, Environmental and Arborist Consulting with extensive experience in public and private projects, providing site planning, zoning, master planning, site analysis, programming, public participation workshops, grant application preparation and administration, schematic through construction design and construction observation. DMJA also provides a wide variety of services in the preservation of our local ecological system. 1985-1990 Vice President, Tanner, Diserio Associates, Inc. 1984-1985 Landscape Architect, Post Buckley Schuh & Jernigan, Inc. 1981-1984 Landscape Architect, Tanner Associates, Inc. Professional Registration and Certificate: Landscape Architect, State of Florida, No. 840 Professional Memberships · State of Florida, Department of Professional Regulations, Past Consultant for Unified National Exam Grading · Lehigh Acres Architectural & Zoning Review Board, Chairman · Collegiate Football Official– Atlantic Coast Conference Supplemental Staff/ MEAC Staff · Lee County Roadway Landscape Advisory Committee Member Project Highlights: Animal Services - Lee County Animal Services Ctr., Santa Barbara Animal Hospital, Tails-a-Waggin, Plaza Del Sol Veterinary Office, All American Pet Resort Educational - FGCU Campus Support Facility , FGCU Classroom Bldgs, Fine Arts Building, Edison State College Allied Health, Building T and Collier/Lely Campus, Lee Cty Schools, Collier Cty Schools, Charlotte Cty Schools, Brightest Horizons Child Care; Roadways - I-75 & Bayshore Interchange, McGregor Blvd., US 41 Caloosahatchee River to Littleton Road, Hancock Bridge Parkway, Del Prado Blvd. phase 2, McGregor Boulevard at Gulf Harbor, North Estero Blvd, Country Club Blvd., Hendry Street Prototype, Evans Avenue and Charlotte County Gateways Government - Lee Cty Justice Center, Lee County Parking Garage, Cape Coral PD HQ, NW Library, North Fort Myers Recreation Center, FMB Fire Station, & North Port City Hall, City of Fort Myers Public Works, Lee County Administration East, Lee County Emergency Operations Center Parks & Recreation - Lakes Park Phase 1 Master Plan Improvements, Ten Mile Linear Canal, Stars Complex, Veterans Park, Manatee Park, Lee Cty Sports Complex, Jet Blue Boston Red Sox Spring Training Complex, Billy’s Creek Filter Marsh, Clemente Park, Bonita Riverside Park and Estero Community Park Healthcare - Hope Hospice, Ronald McDonald House, VA Clinic Ft. Myers, park Royal Hospital, Mitchell Dental Facility; Butterfly Tea Garden Resort/Aquatic - Pink Shell Resort Pools, Embassy Suites Estero, Diamond Head Resort, Fort Myers Beach Pool, Snook Bight Marina, Diversified Yacht Club. David M. Jones Jr. & Associates TKW Consulting Engineers, Inc. TKW Consulting Engineers Overview - Structural Company Overview TKW Consulting Engineers, Inc. Structural Engineering Since its inception in 1989, TKW has provided quality consulting engineering services for government and private development. TKW professionals specialize in structural, civil and environmental engineering, and survey and mapping services. With over 20 employees, including nine registered professional engineers and surveyors, TKW serves clients throughout Florida and the United States from our corporate offices in Fort Myers. With a passion for quality and high ethical standards, the company has grown steadily, building success on the belief that every client deserves exceptional service. The Structural Engineering team at TKW delivers innovative and economical solutions to owners, architects, and builders. Our structural engineering practice focuses on the design of hurricane-resistant municipal, institutional, residential and commercial structures and the investigation and evaluation of distressed structures and buildings. In addition, TKW offers threshold inspection services, peer reviews, value engineering, expert witness testimony, condition assessments, and feasibility studies. Our experienced engineers and designers utilize Revit and BIM 3D modeling and are proficient with all types of structures and building materials. Dock and Port Structures Reinforced Concrete Threshold Inspections Drainage Structures Structural Steel Hurricane-Resistant Design Municipal Buildings Masonry / Wood Design Seismic Design Commercial Buildings Post-Tensioned Concrete High-Rise Construction Retaining Walls Concrete Tilt Panel Residential Construction At TKW, we manage our workload so that personnel are utilized efficiently and with sufficient excess capacity to accommodate accelerated schedules and urgent projects. This system has proven very successful, allowing us to maintain tight project control and complete tasks on or ahead of schedule. TKW will always be able to respond quickly to any project that arises under this continuing services contract. TKW is a woman-owned business enterprise, certified by the State of Florida and many local government entities throughout Florida as a woman-owned/minority and small business enterprise (W/M/SBE). James T. Lange, PE, SE, SI Principal, Structural Engineering Manager TKW Consulting Engineers 1 Lange Education Masters of Science, Civil Engineering, 1980, Cleveland State University, Cleveland, OH B.S. Civil Engineering, 1974, Purdue University, West Lafayette, IN Professional Registrations Licensed Professional Engineer: FL #62694 Licensed Special Inspector: FL #7316709 Licensed Professional Engineer: Ohio #43810 Registered Structural Engineer: Illinois #081.005800 Professional Affiliations American Concrete Institute American Institute of Steel Construction American Society of Civil Engineers Precast/Prestressed Concrete Institute Florida Structural Engineers Association Joined TKW 2004 Total Years Experience 43 Mr. Lange is the Structural Engineering Manager for TKW. His many years of engineering and management experience include a focus on technical supervision and review, providing technical direction to architects and engineers, and management of the staff of structural engineers. His experience in analysis and design covers a wide range of industries, structures, and materials. Selected Project Experience Collier County NCWRF Reuse Pump Station, Naples, FL TKW provided project management, planning and providing preliminary engineering design services for a new IQW Pumping Station to be located at the Reuse Pump Station at the North Collier Water Reclamation Facility for Collier County. Collier County South Regional Library, Naples, FL TKW Consulting Engineers provided structural engineering services for the 30,000sf building including 30,000sf addition for future usage at the South Regional Library in Collier County. Charlotte County Events Center, Port Charlotte, FL TKW provided structural engineering for a new, 44,000sf, which is the site of the former Memorial Auditorium, destroyed in 2004 by Hurricane Charley. The new facility fits seamlessly into the city’s existing architectural style and is a key piece of the makeover and revitalization of Charlotte County after the area was devastated by Hurricane Charley in 2004. Charlotte County Public Safety Complex Port Charlotte, FL Provided structural engineering for this two-story, 30,000sf building with design wind speed specified at 170 mph, Exposure C, which houses the EOC, 911 and 211 centers, emergency management, and Fire/EMS staff. Glades County Training Center, Moore Haven, FL Structural EOR for 40,000 sf structure consisting of warehouse space (30,000 sf), classroom space (5,000 sf) and office space (5,000 sf) to be used as training facility and incubator building for start-up companies Hendry County EOC, Labelle, FL The 25,000sf Administrative Headquarters Office building is designed to function as an Emergency Operations Center, design includes 8,500sf Fire Station, 6,000sf heavy vehicle maintenance garage and the District’s Administrative Office Building. Lee County Emergency Operations Center (EOC), Fort Myers, FL Structural Engineer of Record (EOR) for the $15.5 million, one-story, 29,000 sf structure designed to withstand 200 mph winds and associated storm surge, exceeding minimum Category 5 hurricane requirements. Construction is perimeter and interior concrete tilt-wall panels with structural steel roof. Lee County Mosquito Control District Administration Building, Fort Myers, FL Removal of exhibit hall, reposition the Laboratory Building and add 1,000sf; divide the Administration Building and add 4,00sf. Lee County Justice Center, Fort Myers, FL Structural EOR for ten-story, 170,000 sf courtroom tower and adjacent three-story judges’ parking garage. Marco Island Utilities Operations Building, Marco Island, FL Structural EOR for three-story, 22,000 sf office and warehouse building. James T. Lange, PE, SE, SI Principal, Structural Engineering Manager TKW Consulting Engineers 2 Lange Marco Island Membrane Filtration Building, Marco Island, FL Structural Engineer of Record (EOR) for one story, 10,000 sq ft. pump and membrane building. Marco Island Reclaimed Water Production Facility Instrumentation and Controls Center, Marco Island, FL Structural Engineer for one-story, 2,200 sf laboratory and administration building. Fire and EMS Stations Fire Code Officials Office Building, Naples, FL Structural EOR for one-story, 11,000 sf office building designed for a Category 4 storm event with 140 mph winds. Bonita Springs Fire Station #5, Bonita Springs, FL Structural EOR for one-story, 8,700 sf fire and EMS station with three apparatus bays and living quarters for ten. Bonita Springs Fire Station #2, Bonita Springs, FL Structural EOR for one-level, 7,000sf fire station addition and renovation to existing truck bays. Fort Myers Beach Fire Station #32, Fort Myers Beach, FL Structural EOR for three-story, 12,800 sf fire station with three service bays. Fort Myers Beach Fire Station #33, Fort Myers Beach, FL Structural EOR for one-story, 6,000sf fire station Fort Myers Shores Fire Dept Station #2, Fort Myers, FL TKW provided structural engineering services for the River Hall fire station in Ft. Myers Shores. The project consists of a one story, 17,900st fire station, as well as a 3 story 1,700sf training tower. Iona McGregor Fire Station # 73 Patio Canopy, Fort Myers, FL Design and draft of new patio canopy structure. Palm Beach County Fire-Rescue Station #34, Palm Beach, FL TKW provided structural engineering services for the foundations at the new HazMat vehicle and equipment storage building. City of Fort Myers Police Station, Fort Myers, FL Structural engineering services provided for the remodel. North Fort Myers EMS & Utilities Warehouse, North Fort Myers, FL One-story, 20,000sf, maintenance and storage facility. Central Energy Plants and Renewable Energy Florida Gulf Coast University South Village Central Energy Plant, Fort Myers, FL Structural Engineer of Record for new CEP servicing dormitories at FGCU Florida Gulf Coast University – Solar Field, Fort Myers, FL Structural EOR for two-megawatt, 15-acre solar field with over 10,000 solar panels. Florida Gulf Coast University South Housing Roof-Top Solar, Fort Myers, FL Structural EOR for roof-mounted solar panels on dormitory buildings. Florida Power & Light DeSoto Solar Energy Administration Building, DeSoto, FL Structural EOR for one-story, 2,500 sf administration and demonstration building with roof-mounted solar panels. SWA-PBC-WTE Renewable Energy Facility 2, Palm Beach, FL Structural EOR for foundation design for pre-engineered Air Pollution Control (APC) building and for pre-engineered Maintenance Building. Libraries Marco Island Library Addition, Marco Island, FL Structural EOR for one-story, 4,000 sf addition to existing library Fort Myers / Lee County Regional Library, Fort Myers, FL Structural EOR for two-story, 40,000 sf library. Orlando Public Library, Orlando, FL Four-story, 230,000 sf addition. TKW Consulting Engineers, Inc. TLC Engineering for Architecture, Inc. provides exceptional high-performance engineering design, consulting and energy services. Founded in 1955 and consistently ranked among the largest MEP and structural engineering firms in the country, TLC is an industry leader with expertise on a wide array of building types. Among the firm’s accolades, TLC was selected by ENR SE as the 2016 Design Firm of Year. TLC's combination of extensive experience and expertise is applied to engineer high-performance, complex projects around the world. Headquartered in Orlando, Florida, TLC has offices across Florida in Jacksonville, Tampa, Miami, Cocoa, Deerfield Beach, Sarasota and Ft. Myers, along with offices in Nashville, Tennessee; New Orleans, Louisiana, Dallas, Texas and Philadelphia, Pennsylvania. The team of 380+ professionals includes 100 PEs, 85 LEED Accredited Professionals and 30 ACG Registered Commissioning Authorities, along with energy management professionals, building energy modeling professionals, healthcare facility design professionals, and certified specialists in indoor air quality, plumbing design, security, technology and control systems. TLC Engineering for Architecture, Inc. has extensive experience in the MEP design of facilities used to house animals. Our experience includes but is not limited to engineering for the original Lee County Animal Services building in 1999 and Collier County Animal Services Facility. We have also completed animal hospital facilities and animal research facilities. MEP/FP – TLC's MEP/FP design experience and expertise includes central plants, utility distribution, indoor air quality, code compliance review, comprehensive master plans and feasibility studies, along with specialized systems such as pre-conditioned air, thermal energy storage, low temperature air distribution, computer power distribution, heat pipe and desiccant systems for humidity control, chilled beams, variable refrigerant flow and the latest technology in building controls. TLC’s licensed fire protection engineering staff provides system design and building code / life safety consulting. Communications & Technology – Using the latest software and tools, TLC's RCDD- credentialed staff produces cutting-edge designs that support unique project requirements. Rapidly evolving technology demands that designs are crafted for flexibility, growth and change. Specialized applications include integrated security, audio/visual presentation, voice/video/data distribution, public address/sound, acoustical analysis, intercom, closed circuit television, broadband distribution and video telepresence. LAWRIN T. ELLIS, PE, LEED AP, CxA Acoustical and Mechanical Project Manager / Principal Experience Lawrin specializes in the engineering analysis and design of mechanical systems for multiple building types and has over 15 years' experience in engineering acoustics. In addition to exceptional experience in traditional mechanical engineering tasks, he is recognized for his knowledge in energy analysis and life-cycle cost analysis, documentation for energy code compliance; smoke control and smoke evacuation systems and air pressurization systems. He also has extensive experience in whole building energy simulation, sustainable design practices, and provides high performance building consulting, LEED Administration and performs HVAC systems commissioning. In addition to engineering commitments, Lawrin manages significant projects and TLC's Ft. Myers Office, a part of our Gulf Coast Operations Group. Relevant project experience includes: FDOT I-75 Mile Marker 63 - Alligator Alley Rest Area, Collier County, Florida Design-build delivery of rest area and public safety center that includes fire station, garage, dorm and kitchen. Certified LEED NC 2009 Gold. $8.8 million / 14,877 sf Cape Coral Police Headquarters, Cape Coral, Florida Field STC noise testing to determine if interview rooms comply with privacy separation requirements. Subsequent recommendation for additional wall treatments to maintain privacy between spaces not meeting design STC ratings. American Express South Florida Headquarters Partition Study, Sunrise, Florida Acoustics study includes analysis, field measurements and report. Fenway South Property, Fort Myers, Florida Independent consulting services for acoustic consulting/testing to assess environmental impact of airport noise on proposed Fenway South, Boston Red Sox Training Facility. North County Technical Center, Sarasota, Florida Provided acoustic design criteria and guidance for Video Broadcast Labs. Guidance includes reverberation time calculations, wall assembly constructions for meeting recommended STC ratings for controlling studio noise background levels. Lee County Justice Center Annex 5th Floor Public Defender's Renovation, Ft. Myers, Florida Suntrust Annex space will be converted from offices to additional space required by the Public Defender's offices. Address the buildings' Smoke Control Systems to comply with current FBC, FMC and FFPC codes. 14,000 sf Charlotte County West County Annex, Englewood, Florida Demolition of 12,000 sf building and replacement with new 20,000 sf, one-story annex building. $6.5 million / 20,000 sf Education University of Florida M.S., Mechanical Engineering 2003 University of South Florida B.S., Mechanical Engineering 2001 Years of Experience TLC: 12 years Prior: 16 years Registrations PE FL 66383 Professional Affiliations ASHRAE, Member ACG, Member USGBC, Member CARMINE RENDE JR., PE, LEED AP, CxA, CSDP, C Senior Project Engineer / Associate Experience Carmine has more than 55 years of experience in every aspect of the building industry. Prior to joining TLC, he was a senior associate of a 150- person consulting firm, where he was responsible for many of the firm's most important projects. Carmine specializes in the areas of energy reduction strategies not typically found in handbooks, instrumentation and controls for HVAC systems, energy modeling software and building systems commissioning. He is skilled in instrumentation and controls, construction management, performance contracting, economics, cost estimating, life cycle cost analysis and building codes with a particular focus on analyzing problems. Selected relevant projects include: Lee County Animal Services – HVAC Improvements, Fort Myers, Florida Misc. plumbing, HVAC and electrical engineering services to provide HVAC Improvements for the Lee County Animal Services Building. Lee Co Animal Shelter Expansion, Ft. Meyers, Florida Addition of a single building public animal shelter. Design included: administrative area with community conference room, Sally port, Veterinary clinic with operatory, Dog quarantine kennel bay room, Cat quarantine kennel bay room, Pet adoption area, Dog kennel, Healthy cat kennel, Female cat bay, outdoor dog park, Emergency room, Euthanasia, and after hour pet drop off. $2.7 Million / 14,000 sf Collier County Emergency Services Center, Naples, Florida Emergency management, medical services, 911 call center, television studio, emergency ops command center, and sheriff's office substation/Security design services; access control; CCTV; communications; intrusion detection; command center. $37 million / 125,000 sf Charlotte County Event Center, Punta Gorda, Florida New facility replacing former Charlotte Auditorium, destroyed by Hurricane Charley, to serve the community needs. The building consists of public meeting rooms, multi-purpose hall, food service, administration offices and public lobby and concourses. $16 million / 46,000 sf Lee County Emergency Operations Center, Ft. Myers, Florida New EOC, designed for 200 mph winds, including emergency operations, server farm, law enforcement command center, generator, fuel and redundant systems enclosure. $9.08 million / 26,000 sf Community School of Naples - Student Activity Center, Naples, Florida Engineering and design for Phase 1 of a two phase addition to the existing Community School of Naples. Phase 1 consists of a 26,000sf Student Activity Center. $5.6 Million / 26,000 sf Education City College of New York B.S., Mechanical Engineering 1969 Years of Experience TLC: 23 years Prior: 35 years Registrations PE FL 48459 PE ME 4473 Professional Affiliations ASHRAE, Member ASME, Elevator Inspector#1-497 Retired AEE, Member ACG, Member BRETT L. SANDS, PE, LEED AP Senior Project Engineer / Principal Experience Brett joined TLC in 1994 bringing 12 years prior experience in electrical engineering. He is well versed in the design of power distribution, emergency power generation, control systems, communications, interior and exterior lighting, sound systems, fire protection and lightning protection systems, security and alarm systems. Brett has extensive experience in engineering projects to achieve predefined energy budgets, often utilizing alternative energy sources, to include PV panels. He also has experience in asbestos remediation programs. Relevant project experience includes: Lee County Animal Services Building, Fort Myers, Florida Retrofitting the existing facility to provide mechanical cooling for all animal holding areas. Lee County Animal Shelter Master Plan, Fort Myers, Florida Review and analysis of existing animal control facility, and master planning for future facility. Lee County Animal Shelter Expansion, Ft. Meyers, Florida Addition of a single building public animal shelter. Design included: administrative area with community conference room, Sally port, Veterinary clinic with operatory, Dog quarantine kennel bay room, Cat quarantine kennel bay room, Pet adoption area, Dog kennel, Healthy cat kennel, Female cat bay, outdoor dog park, Emergency room, Euthanasia, and after hour pet drop off. $2.7 Million / 14,000 sf Lee County Animal Services – HVAC Improvements, Fort Myers, Florida Misc. plumbing, HVAC and electrical engineering services to provide HVAC Improvements for the Lee County Animal Services Building. Collier County Emergency Services Center, Naples, Florida Emergency management, medical services, 911 call center, television studio, emergency ops command center, and sheriff's office substation/Security design services; access control; CCTV; communications; intrusion detection; command center. Cape Coral Fire Station #1, Cape Coral, Florida Reuse of existing fire station #9. Building is a two story fire station with attached three bay apparatus area. Lee County City of Fort Myers Annex Renovation, Fort Myers, Florida Working with County Staff and ITG to facilitate the relocation of ATOS-GIS with review of field conditions, building loads and electrical system capacity. Education Pennsylvania State University B.S., Architectural Engineering 1982 Years of Experience TLC: 23 years Prior: 12 years Registrations PE FL 48477 PE MD 18512 Professional Affiliations USGBC, Member JEFFREY J. STASH, LEED AP Plumbing/Fire Protection Project Manager / Associate Experience Jeff is a project manager and plumbing and fire protection specialist with more than 25 years of experience. He specializes in plumbing and fire protection systems with a focus on projects with predefined energy budgets by designing systems that use renewable energy sources, such as domestic solar hot water and rainwater retention for conveyance and irrigation. Jeff is fluent in the International Building code, Plumbing code, Fire Prevention and NFPA (1-100) and utilizes his knowledge to design engineering solutions in AutoCAD-MEP and Revit. Jeff is a member of the American Society of Plumbing Engineers and an American Rainwater Catchment Systems Association Accredited Professional. Selected relevant projects include: Lee County Animal Shelter Expansion, Ft. Meyers, Florida Addition of a single building public animal shelter. Design included: administrative area with community conference room, Sally port, Veterinary clinic with operatory, Dog quarantine kennel bay room, Cat quarantine kennel bay room, Pet adoption area, Dog kennel, Healthy cat kennel, Female cat bay, outdoor dog park, Emergency room, Euthanasia, and after hour pet drop off. $2.7 Million / 14,000 sf Collier County Emergency Services Center, Naples, Florida Emergency management, medical services, 911 call center, television studio, emergency ops command center, and sheriff's office substation/Security design services; access control; CCTV; communications; intrusion detection; command center. $37 million / 125,000 sf Charlotte County Event Center, Punta Gorda, Florida New facility replacing former Charlotte Auditorium, destroyed by Hurricane Charley, to serve the community needs. The building consists of public meeting rooms, multi-purpose hall, food service, administration offices and public lobby and concourses. $16 million / 46,000 sf Cape Coral Fire Station #1, Cape Coral, Florida Reuse of existing fire station #9. Building is a two story fire station with attached three bay apparatus area. $2.5 million Lee County Emergency Operations Center, Ft. Myers, Florida New EOC, designed for 200 mph winds, including emergency operations, server farm, law enforcement command center, generator, fuel and redundant systems enclosure. $9.08 million / 26,000 sf Lee County Administrative Building Plumbing Renovation, Ft. Myers, Florida Survey without interruption during working hours includes restrooms, break room, training room, supply room and fourth floor shower room with improvements to the third floor. 3,000 s Education Northern Virginia College B.S., Mechanical Engineering 2001 Years of Experience TLC: 15 years Prior: 13 years DAVID D. SOUTHWICK, RCDD, XTP Communications and Technology Project Manager / Principal Experience David has over 35 years of experience in all phases of electrical construction, analysis and design. He is knowledgeable in the design of power distribution, emergency power generation, exterior/interior lighting, control systems, voice/data, telecommunications, fire alarm, audio-visual, sound reinforcement systems, security, access control and video surveillance systems. As a firm principal and senior project manager David is well versed and experienced in what it takes to complete a project, from start to finish. Selected relevant projects include: Lee County Animal Shelter Expansion, Fort Myers, Florida Addition of a single building public animal shelter. Design included: administrative area with community conference room, Sally port, Veterinary clinic with operatory, Dog quarantine kennel bay room, Cat quarantine kennel bay room, Pet adoption area, Dog kennel, Healthy cat kennel, Female cat bay, outdoor dog park, Emergency room, Euthanasia, and after hour pet drop off. $2.7 Million / 14,000 sf Collier County Emergency Services Center, Naples, Florida Emergency management, medical services, 911 call center, television studio, emergency ops command center, and sheriff's office substation/Security design services; access control; CCTV; communications; intrusion detection; command center. Charlotte County Event Center, Punta Gorda, Florida New facility replacing former Charlotte Auditorium, destroyed by Hurricane Charley, to serve the community needs. The building consists of public meeting rooms, multi-purpose hall, food service, administration offices and public lobby and concourses. $16 million / 46,000 sf Cape Coral Fire Station #1, Cape Coral, Florida Reuse of existing fire station #9. Building is a two story fire station with attached three bay apparatus area. $2.5 million Cape Coral Public Works Renovation, Cape Coral, Florida Revisions and modifications to engineering documents and design, to reflect the entire existing electrical distribution system, and the proposed communications systems as requested by the owner; re- creation of a current one-line electrical distribution diagram, followed by field verification of the existing distribution system. In addition, from owner provided mark-ups, TLC with create a telecommunications drawing(s). Cape Coral Dept. of Community Development, Cape Coral, Florida Telephone and data system design for the DCD remodeling for Building, Zoning and Code Enforcement. Education Edison Community College Ft. Myers, Florida Ft. Myers Institute of Technology Years of Experience TLC: 26 years Prior: 10 years Professional Affiliations BICSI, Member Tri-County Apprenticeship Academy Board of Directors, Member Two-Term Board Chair TLC Engineering for Architecture, Inc. ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Professional Licenses Section 2 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Certified Minority Business ADG Architecture, llc is not a Certified Minority Business. However, our team strongly supports the inclusion of well qualified Certified Minority Businesses. Our team consists of the following minority businesses: David M. Jones, Jr. and Associates, Inc. • Service Disabled Veteran Owned Small Business, SDVOSB TKW Consulting Engineers, Inc. • Woman Owned/Minority Business Enterprise, W/MBE • Small Business Enterprise, SBE Section 2. Certified Minority Business Enterprise Section 3 ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE LIGHTHOUSE VETERINARY CLINIC Location: Lehigh Acres, Florida Square Footage: 1,800 Project Overview: The project is located in a multi-tenant business plaza and consisted of the design and renovation of an existing tenant unit, converting the space into a veterinary clinic. The completed design includes a reception/waiting area, exam rooms, lab area, surgery room, X-Ray Dark room, recovery kennels, and a utility room. Form 8: Reference Questionnaire Solicitation: 18-7249 DAS Building Design Renovations Reference Questionnaire for: ADG Architecture, llc. (Name of Company Requesting Reference Information) Robert Taylor (Name of Individuals Requesting Reference Information) Name: Dr. Christian Taylor (Evaluator completing reference questionnaire) Company: Lighthouse Veterinary Clinic (Evaluator’s Company completing reference) Email: Ctaylordvm@gmail.com FAX: n/a Telephone: 239-850-6023 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Veterinary Clinic Design and Construction Documents Completion Date: 2010 Project Budget: $120,000 Project Number of Days: Design through CD’s: 60 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Form 8: Reference Questionnaire Solicitation: 18-7249 DAS Building Design Renovations Reference Questionnaire for: ADG Architecture, llc. (Name of Company Requesting Reference Information) Robert Taylor (Name of Individuals Requesting Reference Information) Name: Kathy Kresge – Executive Vice President (Evaluator completing reference questionnaire) Company: All American Pet Resorts (Evaluator’s Company completing reference) Email: dogsr_1@allamericapetresorts.com FAX: 941-347-8012 Telephone: 941-661-1175 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: New Pet Resort Design and Construction Documents Completion Date: Phase 1 – Main Building: 2013 Phase 2 – Building Addition: 2016 Project Budget: Project Number of Days: Phase 1: 1 year Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE CHOICE VETERINARY SERVICES Location: 6101 Duncan Road, Punta Gorda, Florida Square Footage: 2,240 Project Overview: The project is located in a multi-tenant business plaza and consisted of the design and renovation of two existing, adjacent tenant units. The two units were combined into a single veterinary clinic business. The completed expansion includes 4 exam rooms, a flex space, revamped surgery area to accommodate an additional surgical station, a pharmacy, x-ray room, kennels, isolation room, and a larger reception area with retail space. C�e-r County� Administrative Services Department Procurement Services Division Form 8: Reference Questionnaire Solicitation: 18-7249 DAS Building Design Renovations Reference Questionnaire for: ADG Architecture, llc. (Name of Company Requesting Reference Information) Robert Taylor (Name of Individuals Requesting Reference Information) Company:Choice Veterinary Services (Evaluator's Company completing reference) Name: Dr. Phil Shaw (Evaluator completing reference questionnaire) Email: iodi@choicevetservices.com FAX: n/a Telephone: 941-347-7212 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l 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 "O." (Please note, references from Collier County staff will not be accepted.) Project Description: Veterinary Clinic Design and Construction Documents Completion Date: 11/01/2017 Project Budget: NI A Project Number of Days: Design through CD's 45 Days Item · Citeria Score l Ability to manage the project costs (minimize change orders to scope).t:J 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. lrJ 4 Quality of consultative advice provided on the project. C\ 5 Professionalism and ability to manage personnel. \'0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. \0 8 Abiltity to manage risks and unexpected project circumstances. C\ 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. JD 10 Overall comfort level with hiring the company in the future (customer satisfaction). \0 TOT AL SCORE OF ALL ITEMS q[ ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE CAT COTTAGE Location: 6101 Duncan Road, Punta Gorda, Florida Square Footage: 1,120 Project Overview: The project is located in a multi-tenant business plaza and consisted of the design and renovation of an existing tenant unit, converting the space into a single cat boarding business. The completed design includes a reception area, holding room, 4 VIP boarding rooms, a large general boarding room with kennels, play room, and a food prep/storage area. Form 8: Reference Questionnaire Solicitation: 18-7249 DAS Building Design Renovations Reference Questionnaire for: ADG Architecture, llc. (Name of Company Requesting Reference Information) Robert Taylor (Name of Individuals Requesting Reference Information) Name: Tim Towles (Evaluator completing reference questionnaire) Company:Towles Corporation Project: Cat Cottage (Evaluator’s Company completing reference) Email: towlescorp@comcast.net FAX: n/a Telephone: 941-815-8892 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: New Cat Cottage Design and Construction Documents Completion Date: 10-31-2016 Project Budget: N/A Project Number of Days: Design through CD’s 60 Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE LEE COUNTY ANIMAL SERVICES FACILITY EXPANSION Location: 5600 Banner Drive, Fort Myers, Florida Square Footage: 10,335 Project Overview: This project consisted of 2 construction phases within the occupied animal shelter and increased the shelter to 28,672 square feet. Phase 1 consisted of the construction of two building additions to the existing facility. The “west” addition facilitated the expansion of animal and veterinary facilities in order to expand the spay and neuter programs offered to the public. This addition includes separated waiting rooms and two surgical suites. As part of this phase the site parking lot was expanded and improved including the addition of new landscaping. Air conditioning was added to the existing animal kennel bays with a corresponding increase of roof insulation and new roofing. Work included the addition of fire sprinklers throughout the facility. The “east addition” adds a new large community conference room and facilities to receive feral cats and kittens. Phase 2 consisted of the renovation of the existing administrative offices and renovations to existing animal adoption areas. Form 8: Reference Questionnaire Solicitation: 18-7249 DAS Building Design Renovations Reference Questionnaire for: ADG Architecture, llc. (Name of Company Requesting Reference Information) Robert Taylor (Name of Individuals Requesting Reference Information) Name: Callie Stahl – Executive Director (Evaluator completing reference questionnaire) Company:Peace River Wildlife Center (Evaluator’s Company completing reference) Email: peaceriverwildlife@yahoo.com FAX: n/a Telephone: 941-637-3830 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: New Facility Design Completion Date: Phase 1 – Design: 2017 Project Budget: N/A Project Number of Days: Phase 1: 45 Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE LEE COUNTY ANIMAL SERVICES Location: 5600 Banner Drive, Fort Myers, Florida Square Footage: 18,337 Project Overview: Project consisted of a “Fast Track” design and construction time table for a new single building public animal shelter. The facility was designed and constructed in less than 1 year. The design of the facility included an administrative area with community conference room, sally port, veterinary clinic with operatory, dog and cat kennels, pet adoption area, emergency room, euthanasia room and an after hour pet drop off. ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE ALL AMERICAN PET RESORT Location: Global Parkway, Fort Myers, Florida Square Footage: 9,300 Project Overview: All American Pet Resorts Fort Myers is an all-inclusive, upscale, luxury dog boarding and daycare resort. The project consisted of the design and construction of a new pet resort facility with related site development. The Building is a 9,300 SF facility with a large reception and administration area, grooming rooms, food prep, storage and over a 100 kennels. The completed design includes secured indoor and outdoor play areas. ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE COLLIER COUNTY ANIMAL SERVICES Location: 7610 Davis Boulevard, Naples, Florida Square Footage: Project Overview: The project consisted of a new public, multi-building animal shelter facility. The completed design includes an administration building with pet adoption room, community room, and a public animal drop off facility, large animal stable, Sally port building with feline kennel facility and crematory, dog quarantine kennel building, and two dog kennel adoption buildings. ADG ARCHITECTURE, llc ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE PROJECT PROFILE PEACE RIVER WILDLIFE CENTER Location: 3400 Ponce de Leon Parkway, Punta Gorda, Florida Square Footage: 5,000 SF Project Overview: Peace River Wildlife Center is a non-profit wildlife rehabilitation facility tucked neatly into the mangroves overlooking Charlotte Harbor at Ponce de Leon Park. The new facility consists of a 5,000 SF building that includes a veterinary clinic with a surgery room, x-ray area, offices and coference rooms. The public access includes a large education center and gift shop. Section 4 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 4. Project Approach Project Design Philosophy and Approach Through our years of experience of providing architectural services for a myriad of governmental agencies we have learned that no two projects are alike. From the unpretentious to the substantial, each project must be evaluated as to what level of architectural and related services is required to properly execute the project. Factors to be considered are budgetary constraints, project timeline and level of desired service. However, no matter how small or large the project, customer satisfaction is our number one goal. Because of the depth of experience of our staff, we are able accomplish these goals and provide innovative “out of the box” project solutions that benefit our clients. Our project approach includes key elements such as project schedule and budgets. Design Philosophy for Government Service Facilities and Building Expansions Project Discovery Phase ADG will utilize innovative design options as well as time-tested methods to achieve the best possible design outcome for this project. Primary goals and proposed design methodology is as follows: • Prior to design, the ADG team will review the existing DAS facility in order to ascertain the following data points: o Existing departmental layout, challenges, efficiencies and adjacencies verses proposed or required departmental needs, adjacencies and logistics. o Review of use of existing technology and projected future digital applications. o Review of existing Shelter Planners report and recommendations. o Review of the most recent set of “Guidelines for Standards of Care in Animal Shelters” as published by the Association of Shelter Veterinarians. o Review of existing site constraints, water retention areas and landscaping that will be impacted by the building addition. This includes identification of underground utilities that could be located and interfere with a proposed building addition. o Review of potential construction impacts on daily departmental operations and public expectations. o Review of existing building structure and supporting utilities and systems. o Review of any existing accessibility to the physically handicapped issues. • Our design process includes review of existing drawings, if available, and on site discovery and photo documentation of existing environmental conditions. This includes MEP and structural systems. • We will meet with the County and DAS staff and stake holders to develop the projects goals, design program with related adjacencies including primary and secondary adjacencies. This includes discussions on future or projected space needs and maximum space flexibility. Project discussion will include developing a prototype that can be adaptive to changing shelter needs and regulations. Design Phase and Site Analysis • Design will commence with exploration of how a proposed building addition will best sit on the project site while minimizing impact to current site circulation. Several options will be presented. • Several conceptual floor plans will be developed that further define how space may be efficiently expanded into the targeted areas shown on the conceptual site plan. Working with the Owner’s Project Manager and support team we will further define the preliminary architectural design concepts. • Design activities include review of manufactured kennel systems verses site built including the best way to accomplish floor cleaning, drainage and the removal of fecal matter. • The project team will review and discuss costs, public image and ability to maintain efficient interactions, other basic functions, adjacencies, facility security, building and departmental adaptability and future expansion. • Production of schematic design, initiated by an on-site kick-off meeting during which all elements of the site, program, budget and design opportunities are defined and discussed among all constituency groups and designated user representatives (Interim Review Meetings – regularly scheduled meetings to inform the Client of progress made and to solicit input and trueing of the design). All are invited to participate in the initial conceptualization and planning of the project. In this way, project authorship is given to all participants. • Our civil engineering consultant will schedule and attend a pre-application meeting with Collier County Development Services based on the site plan developed during this phase of the project. • 30% complete Design Documents may include: o Conceptual 3D Building Model prepared utilizing Rivet design software. o Conceptual Building Elevations and Key Sections o Conceptual Floor and Landscaping, and Site plans o Site Topographical Survey of the targeted new Kennel Building location. o Site boundary survey ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 4. Project Approach o Geo-technical Borings and Report with Recommendations o Working with the Project CM and prepare a Preliminary Project Cost Analysis and Project Budget o Updated Project Schedule o Project Program Analysis o Conceptual Landscape Plan • ADG. will perform a building and project code analysis utilizing the following: o Florida Building Code 2017, 6th Edition, o NFPA 150 “Standard on Fire and Life Safety in Animal Housing Facilities” o BSSW-Shelter Planners Report o The Association of Shelter Veterinarians “Guidelines for Standard of Care in Animal Shelters” o Florida Fire Prevention Code, 6th Edition • ADG will provide a technical review of the clinic, feline and new dog kennel building using the services of our veterinary care consultant, Dr. Taylor, DVM. Project Design Development Upon approval of the schematic design documents the design team and adjustments requested by the Owner in the program, design or schedule, or construction budget, the project team will prepare for approval by the Owner design development documents consisting of drawings and other documents that adequately describe the size and character of the project as to architectural, structural, mechanical, plumbing and electrical systems and related materials and other design elements where required. Structural design activities include evaluation of alternative building structure, including foundations, walls and roof framing systems. Our work includes coordination with the ongoing electrical service study of the existing DAS campus. Design development includes investigation of existing building HVAC and electrical systems and how they will be potentially impacted by the new building. Impacts include integration into a phased project approach so that new and existing systems can function independent of each other. Plumbing systems and plumbing fixture counts will be evaluated to verify if the current toilet facilities are adequate or need to be expanded to facilitate the increased occupant load. Work scope includes releasing the Civil Engineer to prepare final site documents that can be submitted to the Collier County SDP process and other state and local site permitting entities. Site landscape plans will be further developed indicating proposed irrigation and plantings. Utilizing Revit software, 3D images will be produced illustrating the interior layout and exterior facades. Choose finish material and colors that induce a high level of energy in all spaces and creates a pleasant work environment while providing low maintenance and even lower energy consumption. Review of the proposed building systems with the Client includes the following: • Review and approval of design development materials • ADG will propose and or review alternate methods to building structure and floor, wall and roof systems. • The design team will review and propose alternative MEP systems including integration to existing HVAC management and control systems. • Meetings with staff as required to further the goals of the project will be held. • Review of project phasing and possible impacts on design and construction. 60% Deliverables for this phase will include: • Advanced floor and site plans with additional detail • Civil Engineering documents for SDP • Site documents will be submitted for review to Charlotte County and other permitting agencies as required. • Advanced building elevations, roof plan and door-frame and window schedules. A typical wall section will be included. • Selection of interior and exterior colors and finishes. • Selection, illustration and specification of proposed structural, plumbing, mechanical and electrical systems. • Plans will be 50% complete. • Project costs will be re-visited and updated with the assistance of the CM. • Updated project schedule. • Project phasing plan that addresses the necessary construction phasing for this project. • Value engineering submittal report. Construction Document Phase During this phase our team will prepare final working drawings and specifications for the project. Drawings will have ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 4. Project Approach complete floor, ceiling and roof plans. Material finish or system furniture arrangements will be illustrated on a project finish plan. Documents include development of large scale details, flashing details, and interior elevations of proposed millwork and case work. The project manual will be completed during this phase. Depending on project time lines, a project phase drawing may be included. 90-100% Deliverables for this phase include: • Completed working drawings and project manual, for all design disciplines. • Working with the project CM the project costs will be reviewed and updated. • Site permits will be secured. Project Pricing Phase Our team will provide coordination and support with Collier County Purchasing and Facilities departments. • Permitting support and coordination with the Fire Marshall and Building Departments is included. • Attend pre-bid conference. • Respond to Bidders “Requests for Qualifications” and prepare addenda as needed. • Provide post bidding technical support. Attend pre-bid conference. Construction Administration Phase to Project Closeout Construction Administration Phase services typically include: • Attend pre-construction meeting with Owner and Contractor • Review shop drawings and pay requests • Respond to Contractor’s RFI’s (Requests for Information) and determine Contractor’s compliance with the Construction Documents • Attend regularly scheduled construction phase meetings and observe the Contractor’s progress • Provide field report documenting the Architects observations during the on-site visit • Review final pay applications • Prepare punch list • Determine dates of substantial completion and beginning of warranty period • Review final submittal drawings. • Prepare project as built CADD files. • Provide one year warranty inspection service. Ability to coordinate with an active campus development. Designing and constructing projects on active public campuses requires a team that has “Hands On” experience. The team of ADG Architecture, llc has that experience because of its diverse resume of public sector projects. Our unique project experience is primarily derived from our public education sector work where we have been tasked to design projects that had to be constructed on a student occupied campus. This was necessary because of the scope and magnitude of the projects could not be constructed during summer school vacations or extended holiday breaks. Maintaining campus safety, security and access require special consideration of these operational issues while conducting normal business. Public and staff safety must be considered including temporary access and building exiting strategies. These types of projects usually lead to a phased construction project approach with specific challenges that should be addressed during the project planning portion of the project. For this project, we anticipate that the following issues will need to be addressed so that the building can remain occupied during the ongoing construction and other related projects activities: • Possible relocation of site access driveways and disruption of existing site circulation will need to be addressed during the project planning. Depending on the proposed building addition location, site induced disruption will also include the necessity of an adequate CM staging space. Therefore, the site work will have to be staged in a way that minimizes impacting the larger office complex campus. • Construction of the new kennel building should be considered as the first phase of the project. When completed, the addition will allow for temporary re-location of staff so that existing areas can be remodeled with minimal disruption of staff and public functions. • Construction work will have to anticipate shut down of building water and electrical systems so that connections to new systems can be achieved. This may have to occur over a weekend or extended holiday period. • Existing building fire exits and public access points could be potentially temporarily blocked for a period of time. Strategies to achieve fire exiting and building access with minimal inconvenience to staff or the general public should be explored during the planning process. Our firms resume has a number of phased projects on active campuses; additional information is provided in Section 3. ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 4. Project Approach Cost Control What design cost control techniques are planned? ADG Architecture, llc (ADG) has the ability and experience necessary to provide professional services from pre-planning through construction activities for your project. Our team of experienced professionals will provide you with the resources necessary to complete your project in a timely manner and within budget. Our municipal and public work experience in the southwest Florida region has allowed us to produce “real time” project cost analysis using our construction cost database. As an additional comparative resource we draw upon the following: • Means Cost Data, Unit Prices and Square Footage • Local market materials and labor unit costs • Actual construction costs from our past projects Using computerized spreadsheet tools, we can prepare statements of probable construction costs for any portion of the design phase of the project. Conceptual plans are typically prepared using square or cubic foot costs. Detailed cost estimates are prepared from more construction documents. The process of budget control is best achieved by knowing what it takes to construct a simple or complex project. Coupled with a sense of value a project budget can be developed, monitored and maintained. Typically the process of developing a project budget, updating and maintaining includes the following tasks: • Working with the Construction Manager, ADG will develop a project budget or confirm the Owner’s provided budget at project start up. • As the plans are developed and unit costs can be identified, ADG will assist the Construction Manager in updating the pricing of the project. ADG will assist the CM’s evaluation process by providing alternative schemes of materials and systems for comparative pricing purposes. • ADG can also prepare bid alternates so as to obtain real time street pricing. • ADG will work with the CM to obtain sales tax savings on large ticket items. • Our project plan includes an ongoing review of the projected cost of the project. If unforeseen items are identified, they will be immediately brought to the Client’s attention so that informed decisions can be made. Who will be responsible for cost Control? Robert Taylor, AIA, LEED AP BD+C, the project Principal In Charge will be responsible for cost control. Demonstrate Ability to Meet Project Cost Control Cost control techniques are discussed above; however, the following are project specific actions that can be taken for this project in order to insure project cost control. • Align programming needs with county budget from the start of the project. • Ensure all stakeholders buy into the building’s program early in the process. • Utilize a Construction Manager for pricing during SD and DD to ensure continuous evaluation of project costs as the design evolves. • Frequent and regular communication will help control owner-directed program changes late in the design that can result in added fees. Ensure that the Owner carries adequate project contingency. • Purchase FF&E for all projects at the same time to utilize quantity discounts. Design Influence on Cost Control Programming and design activities have a heavy influence on the cost of the project. Here are some factors to consider for this project: • Use 3D modeling and other visuals to build stakeholder consensus regarding the design. • Use intelligent design to maximize multipurpose spaces wherever possible to accommodate several kinds of functions or activities. The following projects are but a few testimonials of our commitment toward assuring projects are completed on-time and within budget. • Lee County Animal Services – Phase 2 Project Budget: $2,840,000 Actual Cost: $2,400,000 • North Port Family Service Office Building-Phase 1 Project Budget: $1,691,627 Actual Cost: $1,340,000 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 4. Project Approach • New Operations Cooper Street Building Addition Project Budget: $500,000 Actual Cost: $329,000 • City of Marco Island Police Department and Council Chambers Project Budget: $3,850,000 Actual Cost: $3,800,000 • Golden Gate Elementary School Classroom Building Project Budget: $3,700,000 Actual Cost: $2,800,000 Project Schedule and Work Plan What techniques are planned assuring schedule is met? ADG Architecture, llc. (ADG) team has the ability and experience necessary to provide professional services from project pre-planning through construction activities for your project. Our team of experienced professionals will provide you with the resources necessary to plan and execute the project. The project schedule will consist of various work components and will contain various work tasks and include start and finish project dates. Our approach includes utilizing Microsoft Scheduler or other similar software which will result in a GNAT-style project schedule. Scheduled sub-tasks include site development and related permitting activities will be included within the project schedule. If the project is to be fast tracked then project construction phasing is taken into consideration and appropriate bidding packages are identified and scheduled. Other considerations include project phasing if the building is to remain occupied. The schedule’s development will include direct input from the Owner and the CM. We offer the following project examples: • Lee County Animal Services Center, a new animal services facility, designed, constructed and occupied within 12 months. • Rayma C Page Elementary School, a $12 million conversion of an existing K-Mart school into a 1000 student station elementary school was designed and occupied in 10 months. • Classroom Building for 5 School Campus sites designed and constructed in 7 months for a total value of $22 million. Who will be responsible to assure that the schedule will be met? Robert Taylor, AIA, LEED AP BD+C, the project Principal In Charge will be responsible for setting and achieving the milestones of the project. Project Scheduling - Process and Procedure Our process of insuring that a project will meet its required schedule begins with a “Total Commitment” from all of our team members to do “what ever it takes” to get the project done on time. This commitment includes all team leaders and the firm principal in charge of the project. Architects are trained to be team leaders and we expect that no less than that will be required of us. Project leadership activities will include project scheduling by the ADG project manager. A detailed preliminary project schedule is included in this section and this schedule will be monitored on a daily basis. We will provide the Collier County project manager a weekly briefing on where the project stands. It is our position that ADG project manager should take the lead in project scheduling and in holding ourselves accountable to meet the agreed upon project schedule. The depth of our team allows us to add additional staff as needed to keep the project on schedule. A proposed project schedule is included with this section. 2 9 16 23 7 14 21 28 4 11 18 25 2 9 16 23 30 6 13 20 27 28 3 10 17 24 1 8 15 22 29 5 12 19 26 3 10 17 24 1 Initial Consultation 2 Goals & Objectives 3 Research & Data Gathering 4 Site Survey 5 Building Survey 6 Programming 7 As-Built Plan 8 Floor Plan Study 9 Site Plan Study 10 Building Elevation 11 Code Anaylsis 12 Cost Analysis 13 Develop Design Drawings 14 60% Construction Documents Owner Review 15 Develop Construction Documents 60% to 90 % Cd's 16 Develop Construction Specifications 100% Specifications 17 Cost Analysis 16 90% Construction Documents Owner Review 18 100 % Construction Documents for Permitting Legend Owner Review MAY JUN JUL AUG DAS Building Design Renovations 2017 NO. DECSEPT TASK DESCRIPTION PHASE I - PROJECT INITIATION TASKS PHASE II - SCHEMATIC DESIGN PHASE III - DESIGN DEVELOPMENT PHASE IV - CONSTRUCTION DOCUMENTS OCT NOVAPRIL Section 5 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Local Team + Project Experience = Your Team ADG, with the team of consultants we have assembled for your project, have worked on the original and expanded Lee County Animal Shelter and the original Collier County Animal Shelter. Our team is your best choice as we have the original design history for your facility and the experience of 3 public shelter projects. Our experience is also extended to the design of non- public commercial shelters and animal care facilities, hospitals and clinics. As an added benefit, our team of consultants all have a local presence in the Fort Myers - Naples area. Our Fort Myers office will be the responsible location for the production of this project. As we are all have local offices, communication with our team members can be easily handled via face to face meetings including onsite team investigations. Daily communications utilizing digital communication via the internet supplements standard voice communication protocol. Day to day communication regarding project concerns or client input will be handled through the designated project manager in our office who in turn will coordinate with our various team members as required. This contact is extended from the project design kick off through project completion in order to provide project continuity, quality and maintain communication clarity to all project parties, Design team meetings with the Client include written meeting minutes that will be disbursed to all project team members. Start: ADG Architecture, llc 3820 Colonial Boulevard Suite 103 Fort Myers, FL 33966 End: Collier County Animal Services 7610 Davis Boulevard Naples, FL 34104 SECTION 5: LOCATION OF THE FIRM Section 6 ARCHITECTURE • INTERIOR DESIGN • PLANNING... WORLDWIDE ADG ARCHITECTURE, llc Collier County Board of County Commissioners RPS NO.: 18-7249, DAS Building Design Renovations Section 6. Recent, Current, and Projected Workloads Workload and Ability to Complete the Project Attached you will find a summary of our current project work load. Please note that currently we have excess capacity to take on additional work. More importantly, our understanding is that the DAS project’s timeline will most likely start design activities in April of 2018 and 90% of the projects that we currently working on will be completed before this date. Therefore we are confident that we can bring the necessary resources required to meet your projects schedule. All American Pet Resort Project Name Description Owner ‐ Contact Information Project StatusBT CP MS DS JGCharlotte County Recreation CentersDesign, Construcion Documents and Administration of three Recreation Centers Additions at Charlotte County Charlotte County Government BIds 10%0% 0% 0% 5%David Milligan: 941‐743‐1394Charlotte  County BCS ExpansionDesign, Construcion Documents and Administration of a 5,000 SF Addition to the Charlotte County Building Charlotte County GovernmentConstruction Documents10% 0% 40% 0% 20%David Milligan: 941‐743‐1394Pet Hotel, NaplesNew 9,000 SF dog boarding kennel Frank HakeDesign Development15% 20% 0% 20%239‐495‐3467Office Building New 8,000SF office building in downtown Punta Gorda Harbor Home Builders Design10% 0% 0% 20% 20%Ron Oskey: 941‐629‐8886Office BuildingNew 3 story, 18,000 SF office building in downtown Punta Gorda Florida Premier Contractors Design10% 20% 0% 0% 20%Rob Humpel: 239‐628‐6356Pet Hotel Renovation Interior renovations to All American Pet Resort Facility All American Pet Resort Design5% 5% 0% 10%Kathy Kresge: 941‐661‐1175Lawn and Garden Center New 20,000 SF retail lawn and garden center. MRT Lawn and Garden Center Design10% 20% 0%David Taylor: 941‐493‐129370% 65% 40% 50% 65%Note:Production Staff (1)ADG - ACTIVE PROJECTS WORK LOAD1‐ Assigned Staff does not include Administrative or Marketing staff. Section 7