Loading...
Agenda 02/11/2020 Item #16F 1 (Selection Committee Ranking for Contract #20-7680)02/11/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 20-7680, “Pelican Bay Sidewalk Improvements Design,” and authorize staff to begin contract negotiations with the top-ranked firm, Agnoli, Barber, & Brundage, Inc., so that staff can bring a proposed agreement back for the Board’s consideration at a subsequent meeting. OBJECTIVE: To engage the services of Agnoli Barber, & Brundage, Inc. to develop design plans for Pelican Bay Sidewalk improvements. CONSIDERATIONS: Collier County Ordinance 2002- 27, as amended, established the Pelican Bay Services Division Municipal Service Taxing and Benefit Unit of Collier County, Florida, for the purpose of providing street lighting, water management, beach re-nourishment, ambient noise management, extraordinary law enforcement service and beautification, including but not limited to, beautification of recreation facilities, sidewalks, street and median areas, identification markers, the main tenance of conservation or preserve areas including the restoration of the mangrove forest preserve, and to finance the landscaping beautification of only that portion of U.S. 41 from Pine Ridge Road to Vanderbilt Beach Road. Historically, the Collier County Road and Bridge Maintenance Division has maintained the asphalt sidewalks in Pelican Bay. Due to aging infrastructure and tree roots intrusions, the existing sidewalks originally built in the early 1980’s have reached the end of their service life and can no longer be repaired adequately to the desired standards of the Pelican Bay community. As a result, the Pelican Bay Services Division sought proposals from consultants to design a sidewalk replacement project on certain public roadways located in Pelican Bay. On October 29, 2019 the Procurement Services Division released notices of RPS No. 20 -7680, Pelican Bay Sidewalk Improvements Design. Staff notified 28,965 firms, 111 interested firms viewed/downloaded the solicitation package, and the County received five (5) proposals by the December 9, 2019, due date. Staff found all five proposals received responsive and responsible. A selection committee met on January 10, 2020, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top five firms to move on to step 2, presentations: (1) Agnoli, Barber & Brundage, Inc., (2) Capital Consulting Solutions, LLC, (3) Stantec Consulting Services, Inc., (4) Q. Grady Minor and Associates, P.A., and (5) Davidson Engineering, Inc. After the initial shortlisting, Davidson Engineering, Inc. withdrew from the step 2 presentations. On January 17, 2020, the selection committee reconvened for the step 2, presentations and the committee ranked the firms as follows: Respondents: Company Name City County State Final Ranking Responsive/Responsible Agnoli, Barber & Brundage, Inc. Naples Collier FL 1 Yes/Yes Capital Consulting Solutions LLC Naples Collier FL 2 Yes/Yes Q. Grady Minor and Associates, P.A. Bonita Springs Lee FL 3 Yes/Yes Stantec Consulting Services Inc. Naples Collier FL 4 Yes/Yes Davidson Engineering, Inc. Naples Collier FL Not Ranked Yes/Yes Staff is recommending negotiations with the top ranked firm, Agnoli, Barber & Brundage, Inc. In the 16.F.1 Packet Pg. 1050 02/11/2020 event and agreement cannot be reached with the top ranked firm, staff would continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration. FISCAL IMPACT: The proposed agreement amount is expected to be approximately $600,000 and will be funded by Pelican Bay Irrigation and Landscape Capital Fund (322). When the actual amount is determined and the agreement is brought back for the Board's consideration, authorization of the necessary budget amendment to fund the sidewalk maintenance/enhancement project (50178) will be requested. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee’s ranking for RPS No. 20-7680, “Pelican Bay Sidewalk Improvements Design,” authorize staff to begin negotiating with the top ranked firm, Agnoli, Barber & Brundage, Inc., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that a proposed agreement can be brought back for the Board’s consideration at a subsequent meeting. Prepared By: Lisa Jacob, Project Manager, Pelican Bay Services Division ATTACHMENT(S) 1. 20-7680 NORA (PDF) 2. 20-7680 Final Ranking (PDF) 3. 20-7680 Solicitation (PDF) 4. [Linked] 20-7680 ABB Proposal (PDF) 16.F.1 Packet Pg. 1051 02/11/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.1 Doc ID: 11401 Item Summary: Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 20-7680, “Pelican Bay Sidewalk Improvements Design,” and authorize staff to begin contract negotiations with the top-ranked firm, Agnoli, Barber, & Brundage, Inc., so that staff can bring a proposed agreement back for the Board’s consideration at a subsequent meeting. Meeting Date: 02/11/2020 Prepared by: Title: Project Manager, Associate – Pelican Bay Services Name: Lisa Jacob 01/22/2020 9:53 AM Submitted by: Title: Project Manager, Associate – Pelican Bay Services Name: Lisa Jacob 01/22/2020 9:53 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/24/2020 12:20 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/24/2020 3:30 PM Procurement Services Sarah Hamilton Additional Reviewer Completed 01/27/2020 11:11 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/30/2020 12:35 PM Corporate Business Operations Sean Callahan Executive Director - Corp Bus Ops Completed 01/31/2020 11:32 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/31/2020 1:24 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/31/2020 1:35 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/31/2020 1:53 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 02/03/2020 12:23 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 02/03/2020 4:30 PM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 02/04/2020 8:48 AM Board of County Commissioners MaryJo Brock Meeting Pending 02/11/2020 9:00 AM 16.F.1 Packet Pg. 1052 16.F.1.aPacket Pg. 1053Attachment: 20-7680 NORA (11401 : Pelican Bay Sidewalk Design) 16.F.1.aPacket Pg. 1054Attachment: 20-7680 NORA (11401 : Pelican Bay Sidewalk Design) Selection CommitteeFinal Ranking SheetRPS #: 20-7680Title: Pelican Bay Sidewalk Improvements DesignName of Firm Lisa JacobChad ColemanAyoub Al-bahouDaniel HallMark McClearyTotalSelection CommitteeFinal Rank Agnoli, Barber & Brundage, Inc.113117 1.0000Capital Consulting Solutions LLC2222210 2.0000Q. Grady Minor & Associates, P.A.3313313 3.0000Stantec Consulting Services Inc.4444420 4.0000Procurement Professional Sarah HamiltonStep 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached.Page 1 of 116.F.1.bPacket Pg. 1055Attachment: 20-7680 Final Ranking (11401 : Pelican Bay Sidewalk Design) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Pelican Bay Sidewalk Improvements Design RPS NO.: 20-7680 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.F.1.c Packet Pg. 1056 Attachment: 20-7680 Solicitation (11401 : Pelican Bay Sidewalk Design) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 20-7680 PROJECT TITLE: Pelican Bay Sidewalk Improvements Design RPS OPENING DAY/DATE/TIME: December 2, 2019 at 3:00 P.M. PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Pelican Bay Services Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The Pelican Bay Services Division (“PBSD”) Municipal Service Taxing and Benefit Unit (“MSTBU”) of Collier County, Florida was established by Collier County Ordinance 2002- 27, as amended, for the purpose of providing street lighting, water management, beach renourishment, ambient noise management, extraordinary law enforcement service and beautification, including but not limited to, beautification of recreation facilities, sidewalks, street and median areas, identification markers, the maintenance of conservation or preserve areas including the restoration of the mangrove forest preserve, and to finance the landscaping beautification of only that portion of U.S. 41 from Pine Ridge Road to Vanderbilt Beach Road. The Pelican Bay Services Division is seeking a qualified architectural/engineering (A/E) firm capable of providing services including, but not limited to, design, permitting, and construction administration for replacement of the existing sidewalks located on already-identified public roadways located within the Pelican Bay PUD in Naples, Florida. The design professional will be expected to prepare design plans for replacement sidewalks on all roadways first, for availability for the bidding process and phased construction over a period of three years. A location map of the Pelican Bay PUD is attached. BACKGROUND Historically, Collier County Road and Bridge Maintenance Division has maintained the asphalt sidewalks in Pelican Bay. Due to aging infrastructure and tree roots intrusions, the existing sidewalks that were originally built in the early 1980’s have reached the end of their service life and can no longer be repaired adequately to the desired standards of the Pelican Bay community. As a result, the Division is soliciting this request for professional services to design its sidewalk replacement project on certain public roadways located in Pelican Bay. A design survey has already been prepared and will be provided to the firm who is awarded this RPS. Pelican Bay is located in North Naples and is bounded by the Gulf of Mexico to the west, U.S. 41 to the east, Seagate Dr/Pine Ridge Rd to the south, and Vanderbilt Beach Rd to the north. A location map is included. The following public roadways have been identified for inclusion in the Division’s sidewalk replacement project: • Crayton Rd • Green Tree Dr • Gulf Park Dr • Hammock Oak Dr • Laurel Oak Dr • Myra Janco Daniels Blvd • North Pointe Dr • Oakmont Pkwy • Pelican Bay Blvd • Ridgewood Dr • Seagate Dr • Vanderbilt Beach Rd TERM OF CONTRACT 16.F.1.c Packet Pg. 1057 Attachment: 20-7680 Solicitation (11401 : Pelican Bay Sidewalk Design) County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK A. Scope of Project 1. Prepare engineered construction drawings that show specific details as necessary for permitting, bidding, and construction to replace existing asphalt sidewalks with concrete and widen to 6’ to current Collier County Land Development Code (LDC), Florida Department of Transportation (FDOT), and American Disabilities Act (ADA) design standards. B. Scope of Architectural/Engineering Services 1. As-Built Survey Data: • Topographic survey elevation data will be provided to the successful bidder and will contain the required information necessary to design curb cuts and sidewalks in accordance with LDC, FDOT, and ADA standards, as well as to “meander” around trees and other visible utilities to meet the community’s beautification needs. 2. Site Development Plans • Prepare site development plans in AutoCAD for the project. Provide geometric layout of existing and proposed sidewalks, curb cuts, ramps, pavers, striping, and signage. Provide grading and drainage information for compliance with existing drainage patters, LDC, FDOT, and ADA standards. Design curb cuts, striping, and signage at driveways. Develop conceptual plan into engineered construction drawings. Consider traffic calming methods and other FDOT and Manual on Uniform Traffic Control Devices (MUTCD) standards to provide a uniform signing and marking design for pedestrians and drivers. 3. SDP/Permitting: • Coordinate with County on submittal criteria and preapplication meeting if necessary. Prepare submittal data for SDP/IC opinion of costs, fee calculations and information required for application. • Prepare and submit all documentation necessary and provide any support during that process to achieve a permit status of “Ready for Issuance” • Produce a complete “For Construction” package of drawings and specifications, in preparation for bidding and contractor selection. 4. Contractor Pricing Phase: • Coordinate with Collier County Procurement in bidding requirements. • Attend pre‐bid conference. • Respond to contractor/subcontractor questions. • Prepare written Addenda, if applicable. • Review construction bids, check references, and make recommendation for award 5. Construction Contract Administration Phase: • Attend preconstruction conference. • Process monthly Contractor Payment Applications. • Review shop drawings. • Respond to Requests for Information (RFIs). • Review and make recommendations on Contractor provided change orders. • Observe construction activities for duration of the construction. • Incorporate Contractor provided and all other “as-built” information into an updated final drawing set in AutoCad format. • Perform final comp letion inspections, review of submitted manuals and all other contract closeout items. 16.F.1.c Packet Pg. 1058 Attachment: 20-7680 Solicitation (11401 : Pelican Bay Sidewalk Design) 6. Sketch and Legal Descriptions • In the event of encroachment, provide signed and sealed legal sketch and description if easements are necessary on adjoining private lands. 7. Additional Services/Meetings • Preparation and attendance at PBSD Board and Committee meetings, site visits and coordination, if necessary, during the design and permitting process. 8. Services Included: • Architectural design and permit documents. • Value Engineering. • Civil engineering design. • Landscape architecture. • Perform Warranty inspection one year from date of final completion. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.F.1.c Packet Pg. 1059 Attachment: 20-7680 Solicitation (11401 : Pelican Bay Sidewalk Design) TABLE OF CONTENTS Tab Cover Letter CRITERIA 1: Ability of Professional Personnel ............................................................................. 1 CRITERIA 2: Certified Minority Business Enterprise ................................................................. 2 CRITERIA 3: Past Performance and Reference Questionnaires ............................................. 3 CRITERIA 4: Project Approach, Willingness to Meet Time & Budget Requirements ..... 4 CRITERIA 5: Location .............................................................................................................................. 5 CRITERIA 6: Recent, Current and Projected Workloads of the Firm .................................... 6 ATTACHMENTS .......................................................................................................................................... 7 • Form 1: Consultant’s Non-Response Statement (N/A) • Form 2: Vendor Check List with: o Addendum 1 o Licenses (Professional & County) o State of Florida Certificates of Authorization • Form 3: Conflict of Interest Affidavit • Form 4: Vendor Declaration Statement • Form 5: Immigration Affidavit Certification (with copy of E-Verify Memorandum of Understanding) • Form 6: Vendor Substitute W-9 • Insurance Verification December 9, 2019 Via BidSync Sarah Hamilton, Procurement Strategist Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 Re: RPS 20-7680, Pelican Bay Sidewalk Improvements Design Due: December 9, 2019 at 3:00 pm Dear Ms. Hamilton and Selection Committee: Agnoli, Barber & Brundage, Inc. is pleased to submit our qualifications in response to Collier County’s RPS 20-7680, Pelican Bay Sidewalk Improvements Design. We have reviewed the scope of services contemplated by the County and have identified a project team with the necessary experience and skills to successfully complete all requested services. Our firm is comprised of long-time County and Southwest Florida residents, and their familiarity with local conditions will provide a unique perspective on the relevant issues important to the County’s efforts. Our Principals will be active project managers and designers. I will serve as the Principal in Charge and Project Manager for this project. Agnoli, Barber & Brundage stands ready to assist the County on this project upon its direction to proceed. We realize that the successful outcome of municipal projects requires balancing numerous factors including budget cycles, grant requirements, regulatory setbacks and other unforeseen issues which may alter project timelines. We have assigned uniquely qualified personnel experienced in management of complex projects who will help with this effort. They will strive to perform all tasks efficiently, maximizing any time spent and ensuring that deadlines are met while being responsive to your concerns. Our management team will maintain open communications with the County to provide fast responses whenever problems arise. A preliminary estimate of work completion timeline has been provided, designed to meet the County’s requirements. We expect this to be further refined after review of any other specific conditions the County may provide. While we have documented our technical capabilities in our submission, our prime corporate philosophy extends beyond technical prowess. Client service and satisfaction are held in exceptionally high regard, and the provision of timely service and personal management attention are of primary concern to our Principals. We have embedded in our philosophy the importance of designs promoting ease of maintenance and operation, ultimately ensuring the best long-term interests of our clients and the public they serve. 1 ABILITY OF PROFESSIONAL PERSONNEL Ability of Professional Personnel Agnoli, Barber & Brundage, Inc. Agnoli, Barber & Brundage, Inc. (“ABB”) is proud to be in its 36th year of serving the engineering, surveying and planning needs of Southwest Florida. As a locally owned and operated enterprise, ABB is uniquely positioned to offer services to our local communities. All of our Principals and staff are local residents, intimately familiar with the important issues affecting our quality of life in Southwest Florida. In early 2018, the firm expanded its consultancy and now offers Landscape Architecture among its slate of services, all part of a comprehensive effort to meet the expanding needs of its client base. As a medium-sized firm, we are large enough to service major projects, yet small enough to maintain the high level of personal service our clients have come to expect. A key to this success has been thorough cross-training which has allowed distribution of workload among our talented staff. Employee retention is highly valued at ABB because we believe that this ultimately benefits our client base (someone knowledgeable about the project is always available to answer a phone call). Long- term relationships have been, and will continue to be, an integral component of our business strategy. Our average tenure company-wide is 15 years, with senior management staff averaging close to 30 years. The satisfaction of our clients is the key element to this business strategy; this approach to our business dealings has promoted financial benefits which have proved enduring and robust. ABB’s office location in north Naples provides us with quick access to the regulatory offices of agencies such as South Florida Water Management District, Florida Department of Environmental Protection, Florida Department of Transportation, United States Army Corps of Engineers, etc., from which the County may need to obtain permits for its work. We are able to meet with these agencie s with little notice to answer questions or provide additional information. ABB is Prequalified with FDOT in Work Groups 3.1, 3.2, 7.1, 8.1, 8.2, 8.4 and 15.0, is certified as a small business at the unlimited level, and has obtained the Specs on the Web certification. In addition, ABB is certified by the South Florida Water Management District as a Small Business Enterprise (SBE). Agnoli, Barber & Brundage has successfully designed sidewalk and transportation projects for Collier County, City of Naples, City of Bonita Springs, Lee County and, most recently, for the Village of Estero. We pride ourselves on the good working relationships we have built with Collier County Project Managers and Administrators over the past 36 years. ABB is currently on the annual Professional Services contract and has been for many years. Our experiences with other Southwest Florida entities have given us a unique perspective over larger issues of regional importance and have provided useful contacts with adjacent government departments and regulatory agencies. Any benefits drawn from these contacts and familiarity with various agency staff translate as an asset to the County in its permitting efforts. For this project, we have assembled a highly-qualified team which will be able to address all aspects of the scope of this project. In addition, our team has extensive experience with local construction and regulatory conditions in Collier County, as well as South Florida Water Management District. ABB Key Personnel Assigned to Project: James A. Carr, P.E. Jim is ABB’s Senior Vice President and has over 27 years of experience in both private site design and municipal projects. Jim will serve as the Principal in Charge and Project Manager for this project. Jim has intimate knowledge of the Pelican Bay streets and sidewalks and particularly with this project. He has worked closely with the ABB surveying team during their recent surveying of these sidewalks. Edward F. (“Ted”) Tryka, III, P.E. Ted is ABB’s Vice President of Transportation, with over 24 years of experience. Ted focuses on transportation, roadway design and drainage and has extensive sidewalk design experience throughout Collier County for local project managers, municipalities and MSTUs. Jocelyn Nageon de Lestang, P.E. Joss is a Senior Project Engineer with ABB with over 21 years of experience with an emphasis on stormwater and related water resource management. Joss has extensive work history with SFWMD, having served as the Big Cypress Basin Principal Engineer for five years. Joss will assist with any stormwater design or permitting matters. Dominick J. Amico, Jr., P.E. Dom is ABB’s President and has over 36 years of experience in all aspects of civil engineering, master planning, stormwater engineering, and utility engineering. With Dom’s broad resume of projects spanning four decades, he has helped to shape the landscape of the Collier County community. Dom will provide oversight and QA/QC on this project. Brent C. Guillot, RLA Brent is ABB’s Vice President of Landscape Architecture and has over 17 years of professional experience with projects like this. Brent will prepare landscape designs if needed by the County and will coordinate with the project arborists on preservation or relocation of existing trees. The above are the project tasks for which each individual will be primarily responsible. However, as mentioned previously, our staff has extensive experience in other tasks outside of what is listed above, so we may quickly adjust to any unexpected circumstances or scheduling constraints that may arise on the project. We have listed only key personnel for brevity; however, the size of our firm is comprised of: Overall size of ABB Staff: 41 Professional Engineers 5 Engineering Interns 6 Certified Planners 1 Registered Landscape Architects 1 Permitting Coordinators 2 Computer/CADD Designers 9 Professional Surveyors & Mappers 2 Survey Technicians 3 Survey Crew Staff 8 Construction Inspectors 1 Administrative/Secretarial Personnel 3 Vice Pres., Transportation Vice Pres., Landscape Architect Principal in Charge & Project Manager Senior Project Engineer QA/QC RevRev 5/19 Education: Bachelor of Science, Civil Engineering Tulane University, 1992 Professional Registration: Licensed Professional Engineer No. 51318 Professional History: Agnoli, Barber & Brundage, Inc. 1997 – Present McAnly Engineering, 1992-1997 Years of Experience: 27 Awards: 2013 Outstanding Technical Achievement, Florida Engineering Society, Calusa Chapter Professional Affiliations: • Florida Engineering Society, Calusa Chapter • National Society of Professional Engineers • Collier County Utilities Subcommittee (past President) Other: FDOT Prequalified in Work Group 7.1 Volunteer Organizations: Naples High School Engineering Academy Greater Naples Little League 2007-2016 Naples Thunder Baseball 2016-2017 James A. Carr, P.E. Sr. Vice President & Project Engineer Jim Carr has over 27 years of local engineering experience in southwest Florida. He joined ABB in 1997 as a project manager after working with another local firm where he earned his Florida Professional Engineer license. He has served as project manager for many projects of various size and scope for both public and private developments. Mr. Carr is a native and lifetime resident of Naples and Collier County, which brings an exceptional familiarity with local development history and knowledge of regulations. As project manager and designer, Mr. Carr has led his team on the planning, design, coordination, permitting, construction and bidding assistance and all aspects of project management. Developments include commercial shopping centers, mixed use, residential subdivisions, multi-family, high-rise towers, golf course development and clubhouses, public schools and government buildings, and roadway, utility and drainage projects. EXPERIENCE: Roadway/Drainage/Public Facilities • Pelican Bay Crosswalks • Pelican Bay North Berm and Pathway Restoration • Pelican Bay Lake 2-9 Restoration • Bonita Bay Lake 47 Restoration • Arthrex Boulevard & Roundabouts • Pine Ridge Canal Culverts • Calusa Park Elementary School • North Naples Middle School • Collier County Emergency Facility EMS-19 Commercial Development • The Mercato • Arthrex Administration Building • Arthrex Hotel & Wellness Center • Royal Poinciana Golf Clubhouse • Gateway Shoppes at North Bay Shopping Center • Goodlette Medical Center • Market Place Commons Shopping Center • Terracina Grand Senior Living Facility • Davis Crossings Shopping Center • Fort Myers Skatium • Hideaway Beach Maintenance Facility • Pelican Bay Community Center • La Playa Golf Maintenance Facility Residential Developments & High-Rises • Residences at Mercato • The Dunes • Aria at Park Shore • Provence at Park Shore • Regent at Park Shore • Bay Colony Towers • Bonita Bay Towers • Waterside at Bay Beach • Jasmine Cay Apartments • Carlton Lakes • Villas at Greenwood Lake RevRev 5/19 Education: Bachelor of Science Environmental Engineering University of Syracuse, 1994 Professional Registration: Licensed Professional Engineer No. 60284 Professional History: Agnoli, Barber & Brundage, Inc. April 2000 – Present HDR, Inc. August 1997 – April 2000 Moreland Altobelli Associates, Inc. January 1996 – August 1997 Years of Experience: 24 Professional Affiliations: Appointed to Lee County Metropolitan Planning Organization Citizen’s Advisory Committee Other: • FDOT Prequalified in Work Groups 3.1, 3.2 and 7.1 • FDOT Specifications Package Preparation Training for Consultants Certificate of Completion Edward F. Tryka, III, P.E. VP, Transportation & Project Engineer Mr. Tryka has been with Agnoli, Barber & Brundage since 2000 starting as a Senior Design Engineer and now acting as Vice President, Transportation with a primary focus on transportation, roadway design and drainage. Duties include geometric design, drainage design, preparation of maintenance of traffic plans as well as directing, training, and supervising Engineers-in-Training and CAD technicians and maintaining client contact on project design issues. Prior to joining Agnoli, Barber & Brundage Inc., Mr. Tryka spent three years in Atlanta, Georgia, designing roads for the Georgia Department of Transportation and local county governments. Representative Projects: • Santa Barbara Blvd 6-Laning - Collier County • Rattlesnake Hammock Road 6-Laning – Collier County • Livingston Road Phase II 6-Laning – Collier County • LASIP County Barn Road Improvements • Summerlin Road Six-Lane Improvements – Lee County • Old 41 Widening Phase I & II – City of Bonita Springs • Vanderbilt Beach Road & Strada Place Intersection Imp. – Collier County • Arthrex Roadway Design – Collier County • Estero Parkway Roadway & Landscape – Village of Estero • White Blvd. at Cypress Canal Bridge Replacement - Collier County • Six-Mile Cypress & Metro Parkway – Lee County • Shangri-La Road Extension - City of Bonita Springs • Downtown Improvements Project – City of Bonita Springs • Taylor Road Improvements – Collier County • Yahl Street Improvements – Collier County • J&C Boulevard Improvements - Collier County • Enterprise Avenue Intersection Improvements – Collier County • Radio Road at Davis Blvd. – Collier County • Sabal Palm Road - Collier County • Lely Main Canal Extension • Santa Barbara Boulevard Canal • LASIP Phase 1B • LASIP Lely Manor North Outfall • LASIP Lely Manor Outfalls 3 & 4 • LASIP Wingsouth Improvements • Immokalee Stormwater Downtown Improvements • Immokalee Stormwater Improvements – Phase II • Wiggins Pass Road Outfall Design - Collier County • Shangri-La Road Regional Drainage Improvements – City of Bonita Springs • Collier Boulevard Greenway - Collier County • Immokalee Road Greenway - Collier County • South Bayshore Drive Corridor Improvements – Collier County • Radio Road 16" Watermain Extension - Collier County RevRev 5/19 Education: B.A. Chemistry, Cal State Long Beach 1981 B.S. Civil Engineering, University of Florida 1996 Professional Registration: Licensed Professional Engineer No. 55450 Professional History: Agnoli, Barber & Brundage, Inc. March 2019 – Present; August 1996 – July 2003 Big Cypress Basin, SFWMD July 2013 – August 2018 FDEP, Office of Ecosystem Projects May 2012 – June 2013 Gulfshore Engineering, Inc. July 2003 – May 2012 Years of Experience: 21 Technical Skills/Expertise: • Expert in environmental permitting including ERP, CERP, CERPRA. Hands- on experience in coordination with regulatory agencies including; FDEP, FDOT, SFWMD, USFWS, and USACE. • Expertise in stormwater hydraulics, hydrology, water quality and general civil • Technically proficient, familiar with professional-level software including Autocad, Excel, Hydrocad, XP-SWMM, EPA-SWMM 5, HEC-RAS, as well as oversight understanding of watershed modeling programs MIKE.SHE and MIKE.11 • Software design: development of specialized spreadsheets for analysis of nutrient loading and remedial water quality BMP’s (Harper Methodology) Jocelyn (Joss) Nageon de Lestang, P.E. Senior Project Engineer Mr. Nageon de Lestang’s engineering work experience spans over 21 years, with particular emphasis on stormwater and related water resource management. He is active in environmental regulatory issues and has expertise and knowledge of local watersheds, having made numerous public presentations to the Big Cypress Basin Board, Collier County Advisory Boards, County Commissions, and City Councils of Naples and Bonita Springs. As Principal Engineer of the Big Cypress Basin (BCB) at the South Florida Water Management District (SFWMD), a position he held for five years, he directed the BCB’s Capital Projects initiatives and also served as the Basin’s Water Manager with responsibility over Collier County’s primary flood control system which is comprised of 4 watersheds covering more than 400 square miles. Mr. Nageon de Lestang also directed the planning and implementation of the Basin’s capital projects, with an annual budget of $6.5 M (FY18). Infrastructure improvements built under this program included two major control structures, both of which were initiated under his direction. As the BCB’s Primary Water Manager he directed the operations of a flood control and drainage network which consists of 140 miles of canals, 43 control structures, and 2 large pump stations. Under his tenure, his office was instrumental in the BCB Watershed Atlas publication and the Basin-wide Level of Service modeling project, as well as other initiatives with a focus on ecosystem improvements and restoration. During his term at the FDEP, Office of Ecosystem Projects, Mr. Nageon de Lestang was the Department’s lead engineer on the technical review of Comprehensive Everglades Restoration Plan [CERP] projects. Operating out of the FDEP West Palm Beach Office, this work included permit reviews, field reviews, and engineering assessment of various Everglades Restoration Projects in Central and South Florida. Projects included the C- 44, C-111, Picayune Strand, Southern Crew, C-43 and Kissimmee River Restoration. Mr. Nageon de Lestang was the founding partner and president of Gulfshore Engineering Inc., a firm he directed for nine years. Significant projects undertaken during that period include work on the City of Naples Basin V Stormwater Improvements. As prime consultant on this project, he proposed, and ultimately delivered, a value- engineered and realistic slate of improvements based on achievable budgets. Re- designed existing plans and lowered costs by 51% ($ 17.8 million to $8.7 million), which allowed rapid implementation based on existing capital funds. The construction involved extensive drainage network retrofits, basin-wide water quality BMP’s and improvements to residential, commercial and roadway areas covering 780 acres. This project, which outfalls into environmentally-sensitive Naples Bay, required close coordination with state agencies as well as adjacent stakeholders, Collier County and the Conservancy of Southwest Florida. He also led the stormwater design and permitting effort for the six-lane Expansion of Golden Gate Boulevard, a Collier County initiative involving six (6) miles of roadway. This project required the design and acquisition of seven (7) stormwater pond sites and three (3) bridge crossings over major BCB canals. This project required coordination with numerous state and local agencies including USFWS, USACE, SFWMD, FDOT and the BCB. His consultant experience has involved both public and private sector clients. On local southwest Florida regulatory issues his work includes engagements by major stakeholders, the Bonita Bay Group and Collier Enterprises, to lead the review of amendments to Collier County’s Land Development Code. Appointed by the City of Naples, he played a leadership role in drafting of the City’s Local Stormwater Ordinance and was retained by the City of Bonita Springs to provide independent review of the South Lee Watershed Study, a regional engineering study (200 sq-mile watershed) commissioned by the SFWMD. RevRev 5/19 Education: Bachelor of Science, Civil Engineering University of South Florida, 1983 Professional Registration: Licensed Professional Engineer No. 39382 Professional History: Agnoli, Barber & Brundage, Inc. 1983 – Present Years of Experience: 36 Awards: 2019 Outstanding Technical Award, FES Calusa Chapter 1995 Engineering Excellence, Collier’s Reserve Professional Affiliations: Florida Engineering Society NSPE FICE Bonita Springs Chamber of Commerce: • Infrastructure Committee Past Chair • Board of Directors (Past) Lee County: • BPAC Committee member (past) Collier County: • FES Review Committee, first utility ordinance • Kaison Event, Process Improvement • Administrative Code Review Comm. • Architectural Code Review Comm. • CBIA Builders committee, LDC review committee, government affairs committee • County Engineer interview committee • 2013 Industry Forum Other: • FDOT Prequalified in Work Groups 3.1, 3.2 and 7.1 Dominick J. Amico, P.E. President & Project Engineer Dominick Amico has been with Agnoli, Barber & Brundage since 1983 and President of the firm since 2017. As a Southwest Florida resident for more than 45 years, Mr. Amico is thoroughly familiar with local conditions and issues. He maintains an active civic presence in the community, reflecting his commitment to this area and its long- term needs. He acts as principal-in-charge and project manager for numerous projects, directing all aspects of the engineering process and assuming responsibility for ultimate quality control. Mr. Amico focuses his expertise on civil engineering and engineering project management including water management systems, stormwater and drainage, utilities (sanitary, potable, reuse), pipeline design, hydrologic systems analysis, site development, permitting, zoning, park planning and construction. Project management experience includes DRI-sized projects including various housing types, golf course engineering speciation, subdivisions, commercial development, industrial (including government and medical, utilities), zoning, ERP, FDEP, packaged plants, schools, roads and other assorted experience gained over the course of the past 35 years. He is especially versed in the latest water quality analysis methods, treatment, Best Management Practices, rules and technology. Representative Stormwater/Drainage Projects: • CC Transportation & Stormwater Infrastructure • City of Naples Norris Center Drainage Optimization Plan • City of Naples Riverview Circle Police Station Drainage • City of Naples Community Development Building • CNC Ranch SFWMD Permit • Popash Creek Culvert Improvements • Florida Rick Tampa Yard NPDES Permit • Lake Trafford Memorial Gardens Drainage Study • Walden Drive Drainage Improvements Representative Utilities Projects: • Collier County Master Pump Stations (Various) • Collier County Supplemental Irrigation Supply • Bonita Beach Road Force Main, B.S.U. • Gravity Expansion 6, Bonita Springs Utilities (B.S.U.) • Various Utility Master Plans for large subdivisions • Estero Bay Shores Utility Upgrade, B.S.U. • North County Regional Water Treatment Plant • Livingston Road ASR Site • Lely Estates Master Force Main • Ave Maria Utility Site • Southwest Florida Watershed Study • Master Pump Station 1.03 • Southeast Regional Water Treatment Plant Rezone • Master Pump Station Area B • Collier County Hammerhead • Naples Mobile Estates Water Main Rehabilitation • City of Naples Pump Stations (Various) • East Naples Water Main Rehabilitation • Livingston Road Force Main, Phase 4 • Naples Manor Improvements • Vanderbilt Beach Rd & Southbay Drive Water Main Relocation • Livingston Road Force Main (Honda Site) • Pelican Ridge Potable Water Main Replacement • NESA Potable Water Supply Conceptual, Permitting • Cassena Road MSBU Opinion of Assessment Methodology and Construction Services Brent C. Guillot, RLA Vice President, Landscape Architecture Brent Guillot joined Agnoli, Barber & Brundage, Inc. in 2018. With 17 years’ professional experience as a Landscape Architect, Brent has led teams to design and construct award winning parks, campuses, and communities across the US. Developments include commercial shopping centers, mixed use, residential subdivisions, multi-family, high-rise towers, golf course development, clubhouses, public parks and government buildings, and streetscape and roadway projects. Mr. Guillot is experienced managing all aspects of the project lifecycle. Daily responsibilities at ABB include planning, design, and permitting for valued Clients across SWFL. Niche areas of expertise include: patios, hardscapes, walkways, masonry walls, terraces, pergolas, sports courts, fire features, custom swimming pools, water features, and landscape lighting. EXPERIENCE: Private Development • Career Pathway Learning Lab • Bonita Bay Tennis Center & Pool • Bonita Bay Creekside Improvements • Mediterra Clubhouse Expansion • Spring Run Gatehouse & Entry • Shadow Wood Clubhouse Expansion • Audubon Country Club Tennis Center • Pelican Isle Yacht Club Commercial Development • Ferrari of Naples • Germain BMW Davis Boulevard • Chase Bank Marco Island • Lozano’s Town Plaza Immokalee • Bonita Springs YMCA • Bellasera Hotel Public Facilities • Lowdermilk Park • Norris Center Courtyard • River Park Community Center • East Naples Community Park Environmental Projects • BP Wind Energy Farm, Flatridge I & II • Blackhawk Energy, Federal Multimedia Environmental Compliance Audit • BHP Billiton, Federal Multimedia Environmental Compliance Audit • City of Alexandria, Municipal Separate Stormwater Sewer System Plan Education: Bachelor of Landscape Architecture, Louisiana State University, Baton Rouge, 2001 Professional Registration: FL Licensed Professional Landscape Architect No. LA6667385 LA Licensed Professional Landscape Architect No. 13-0607 Years of Experience: 18 Professional History: Agnoli, Barber & Brundage, Inc. 2018 – Present Environmental Design Studio – Naples 2016 - 2018 Environmental Resources Management – Alexandria, LA 2010 – 2015 Moore Planning Group – Alexandria, LA 2006 – 2010 Terravista Landscapes – Bentonville, AR 2005 – 2006 Smallwood Design Group – Naples, FL 2001 - 2004 Professional Affiliations: American Society of Landscape Architects Other: FDOT Prequalified in Work Group 15 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 KEVIN J. THIBAULT, P.E. SECRETARY www.fdot.gov June 1, 2019 Denise Rakich, Marketing Coordinator AGNOLI, BARBER & BRUNDAGE, INC. 7400 Trail Boulevard, Suite 200 Naples, Florida 34108 Dear Ms. Rakich: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 15 - Landscape Architect Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 174.74% 128.15% 0.562% Reimbursed No 0.35% 3.62%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. www.fdot.gov Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator 2 CERTIFIED MINORITY BUSINESS ENTERPRISE Certified (MBE) Minority Business Enterprise Status Agnoli, Barber & Brundage, Inc. is certified as a small business entity by both FDOT and SFWMD. We are not currently certified as a Minority Business Enterprise by the State of Florida. 3 PAST PERFORMANCE Past Performance Agnoli, Barber & Brundage, Inc. has considerable experience as the prime consultant for numerous sidewalk and pathway projects. In addition to standalone sidewalk projects, we also have extensive experience with large-scale roadway projects which typically include sidewalks as well as on-road bike lanes. All the projects listed have been completed locally, either in Collier or Lee County. ABB has designed and seen through construction three different six-lane roadway widenings in Collier County: Livingston Road from Golden Gate Parkway to north of Pine Ridge Road, Rattlesnake- Hammock Road from Santa Barbara Boulevard to Collier Boulevard, and the Santa Barbara Extension from Rattlesnake-Hammock to Davis Boulevard. All of these projects have been successfully built and are currently in use. This experience is not only beneficial from a technical and project delivery standpoint, but also gives our team a unique perspective of the concerns and needs of the community. Our projects have historically been completed within budget and on time. Our team has vast experience working with Collier County and knows how important avoiding change orders are to the overall success of the project. Budget review with the project manager and effective communication are keys to avoiding budgeting overruns or change orders. Relevant sidewalk design and roadway project experience is listed and described below (sorted by completion date). In addition, we have included project activity sheets that are related to our project Reference Questionnaires. Old San Carlos/Estero Boulevard Signalization – Town of Fort Myers Beach (Nov. 2019 to Present) The Town of Fort Myers Beach selected ABB for its Old San Carlos Boulevard/Estero Boulevard/Fifth Street Intersection and Signalization project. ABB’s engineering team is designing a mast arm signal system, milling and pavement overlay, signing and pavement marking improvements and redesigning sidewalks/ramps to be ADA compliant around the new mast arms. In addition, the project will be interconnected with the mast arm signal system at Crescent Street and Estero Boulevard. The project is LAP funded from FDOT. Design completion is scheduled for June 2020. Arthrex Roadway Design (Arthrex, Inc.) – Collier County (2016 to Present) **See project sheet included with Reference Questionnaires** Immokalee Sidewalks Phase II – Collier County (2018 to Present) The Collier County Community Redevelopment Agency and Municipal Services Taxing Unit (CRA & MSTU) hired ABB to provide design and permitting for the construction of concrete sidewalks along both sides of Carver Street from South 5th Street to South 1st Street and along the east side of South 5th Street from Carver Street to West Delaware Avenue. The total length of sidewalks is approximately 3,700 LF. The 60% plans have been submitted and 90% design is underway. Design includes the final alignment for elevation grading and drainage considering existing conditions and final construction drawings of sidewalks to include proposed elevations, ADA cross slopes and ramps, proposed curb cuts and curb modifications, minor grading and drainage modifications, street signage and striping, and other adjustments as necessary. Immokalee Sidewalks Phase I – Collier County (2016 to 2018) Construction consisted of concrete sidewalks along both sides of West Eustis Avenue from South 9th Street to South 5th Street, along the east side of South 5th Street from Carver Street to the Bethune School’s existing concrete sidewalk, and along the west side of South 9th Street from West Eustis Avenue to Colorado Avenue. The new sidewalks totaled a length of approximately 4,500 LF. ABB designed the final alignment for elevation grading and drainage considering existing conditions and also prepared construction drawings of sidewalks to include proposed elevations, ADA cross slopes and ramps, proposed curb cuts and curb modifications, minor grading and drainage modifications, street signage and striping, and other adjustments as necessary. ABB also prepared bid documents , assisted with the selection of the contractor and provided post-design services. Estero Parkway Roadway/Landscape Design & Estero Roadway Landscape Master Plan – Village of Estero (Phase I – November 2017 to October 2018; Phase II – October 2018 to November 2019) The Village of Estero selected ABB for its first major design and construction project as a newly incorporated Village. Phase I consisted of topographic survey, right-of-way mapping, environmental and geotechnical services. The engineering portion of Phase I was to provide preliminary design alternatives for the roadway cross sections, bike lanes and sidewalks as well as the feasibility of incorporating roundabouts. Phase I included six presentations to Village Council and three public meetings with affected Homeowner’s Associations along the project. Phase II design has just been completed and consisted of the preparation of roadway plans, contract documents and securing of environmental permits based on the direction Village Council provided for Phase I. Construction will begin this winter. Phase III is an optional Landscape Master Plan for the Village based upon the landscaping utilized on the roadway project. Replacement of Bridge #034120 on White Boulevard over Cypress Canal - Collier County (2010- 2019) ABB provided services for the design, permitting, bidding and engineering services during construction necessary to construct the replacement bridge over Cypress Canal. The replacement bridge was designed for a wider cross section to increase travel lanes to 12’, add 4’ paved shoulders and 6’ sidewalks on both sides. The Cypress Canal was also widened and deepened based upon future flows provided by the Big Cypress Basin. Due to newer clearance requirements, the profile of the bridge was raised approximately 3’ which required grade approaches to each end of the bridge. In addition, an aerial 30” watermain was relocated to accommodate the wider bridge. Bonita Springs Downtown Redevelopment - City of Bonita Springs (2014 to 2017) **See project sheet included with Reference Questionnaires** Colorado Avenue Sidewalks – Immokalee, Collier County (2013 to 2015) Construction plans were developed for 5 ft-wide concrete sidewalks along both the north and south side of Colorado Avenue from South 9th Street to South 1st Street in Immokalee. The project included full driveway restoration, drainage improvements consisting of new swales and underground drainage pipe and associated structures. The intent of the design was to utilize and avoid newly constructed improvements as part of the recently completed Downtown Immokalee Stormwater Improvements Project. ABB also prepared bid documents, assisted with the selection of the contractor and provided post-design services. Immokalee Stormwater Improvements Phase II – Immokalee, Collier County (2013 to 2015) The Collier County Community Redevelopment Agency (CRA) hired ABB to provide design and permitting for the drainage improvement project. The project limits were along Immokalee Drive from Carson Road to S.R. 29 and North 16th Street from Immokalee Drive to 8th Avenue. In addition to providing flooding relief with a new drainage system and trunkline, new concrete sidewalks were added along both sides of Immokalee Drive and North 16th Street. The total length of sidewalks was approximately 2 miles along Immokalee Drive and 1/2 mile along North 16th Street. An asphalt overlay design as also provided for both roadways. ABB also prepared bid documents, assisted with the selection of the contractor and provided post-design services. Pelican Bay Crosswalks (2011 to 2014) Pelican Bay Services Division (PBSD) identified 14 locations where pedestrian crosswalks needed consideration for a new crosswalk or an upgrade of existing striping to current ADA signing and marking standards. ABB studied the 14 locations and met with PBSD staff and Board members and coordinated with the Pelican Bay Foundation to identify which crosswalks were priority to implement a phased plan. ABB designed 12 new crosswalks: 3 new mid-block crosswalks on Pelican Bay Boulevard and 9 new/upgrades at major intersections on Pelican Bay Boulevard and Gulf Park Drive. ABB prepared surveys of existing conditions and designed new paver crosswalks on concrete foundations with all associated pedestrian signs and pavement markings. Construction plans and details were prepared to align the new crosswalks in their proper geometric locations, replaced all curb cuts with new concrete curbs and sidewalks at ADA 2% maximum cross slopes and 5% maximum running slopes. ABB provided construction services and coordinated maintenance of traffic plans to address partial road closures. The 12 new crosswalks were a safety upgrade and traffic calming measure for the public but also a beautification for the community with the conversion of asphalt and striping into decorative pavers and concrete bands. Pelican Bay Boulevard Turn Lane at North Tram Station (2011 to 2012) Pelican Bay Services Division and Pelican Bay Foundation partnered on the relocation of the North Tram Station driveway on the west side of Pelican Bay Boulevard. ABB designed a new median cut and northbound left turn lane into the new tram entrance. ABB provided survey as built of existing conditions and prepared construction plans and details for the new median cut and turn lane. The project included coordination meetings with the Pelican Bay staff and community, grading and drainage design, application for Collier County Right-of-Way Permit, full bid documents for owner, and construction services. Pelican Bay Boulevard Sidewalk Design (2011 to 2012) ABB provided design and permitting services for a proposed 6,300 linear feet sidewalk widening along the west side of Pelican Bay Boulevard from The Commons driveway to the North Tram driveway. Design plans were prepared for widening from 5-foot existing to a 6-foot proposed sidewalk including upgrade of curb cuts, signs and markings to ADA standards at approximately 15 existing condominium driveways. The PBSD Board and residents debated the need for a wider sidewalk or shared pathway. ABB attended several community meetings and presented plans for options of 6-foot, 7-foot and 8-foot wide sidewalks. We evaluated the impacts to existing oak trees and other conflicts or encroachments. ABB revised the plans for an 8-foot wide sidewalk and prepared final plans and a right-of-way permit application. The community and PBSD Board eventually decided to postpone the project construction. Forest Lakes Sidewalk Improvements - Collier County (2010 to 2012) This project consisted of ±9,000 linear feet of proposed sidewalk within an existing residential community. ABB designed the final alignment for elevation grading and drainage considering existing conditions and also prepared construction drawings of sidewalks to include proposed elevations, ADA cross slopes and ramps, proposed curb cuts and curb modifications, minor grading and drainage modifications, street signage and striping, and other adjustments as necessary. ABB also prepared bid documents and assisted with the selection of the contractor. South Bayshore Drive Corridor Improvements – Collier County (2009 to 2012) Plans were developed for an eight-foot wide multi-use concrete pathway based upon corridor design concept plans for Bayshore Drive South. The plans were based upon a corridor design study conducted by ABB. Drainage improvements, decorative lighting and landscape design were also part of the project. The project was approximately one mile in length from Thomasson Drive South to the end of Bayshore Drive at Holly Avenue. Collier Boulevard (CR 951) Greenway – Collier County (2004 to 2009) This project consisted of the design of a pathway on Collier Boulevard (CR 951) from Immokalee Road (CR 846) to Vanderbilt Beach Road along a berm constructed by the South Florida Water Management District as part of their improvements to the CR 951 Canal. The length of the greenway is approximately two miles. Immokalee Road (CR 846) Greenway - Collier County (2004 to 2008) This project consisted of the design of a pathway on the north side of the Immokalee Road Canal on Immokalee Road (CR 846) from Collier Boulevard (CR 951) to two miles East of Collier Boulevard. The project also included the redesign of portions of the Collier Boulevard Greenway to facilitate connection to the Immokalee Road Greenway as well as other revisions to accommodate as-built conditions. Eleven Bridge Replacements Project - Collier County (2017 to 2019) This project is for the design and replacement of 11 bridges in Collier County on Immokalee Road, Oil Well Road and County Line Road. ABB was hired as a subconsultant to HNTB Corporation to perform survey services and provide peer review for the roadway plans. Six Mile Cypress Parkway & Metro Parkway Intersection Improvements – Lee County (2014 - 2018) ABB was hired to prepare a set of plans to be used by Lee County to contract and build a second westbound to eastbound left turn lane at the intersection of Six Mile Cypress Parkway and Metro Parkway. Elements of work included: roadways, intersections, traffic control plans, geotechnical activities, land surveys, minor drainage, signing and pavement markings, signalization, cost estimates, and all necessary incidental items as listed and estimated in this scope of work. The project was also permitted and reviewed by the Florida FDOT and SFWMD. Corbett Road Improvements Diplomat Parkway to Littleton Road – Lee County (2014 to 2018) **See project sheet included with Reference Questionnaires** LASIP County Barn Road and Pathway Feasibility Study – Collier County (2013 to 2016) Collier County had construction plans to widen County Barn Road, a length of two miles, from two lanes to a four-lane divided highway. Due to revised traffic forecasting and other projects in the area, it was determined that the additional lane capacity was no longer warranted. ABB was hired to re-design the existing two-lane roadway to incorporate safety improvements, improve intersection design at Rattlesnake Hammock Road and Davis Boulevard and integrate stormwater improvements from the LASIP Project, an 11,000-acre regional drainage system. With the reduced roadway lanes, most of the proposed underground box culvert was replaced with a natural, open swale drainage system which was much less expensive, meshed with the existing surroundings and was more environmentally friendly. A pathway feasibility study was performed for the project corridor based upon future FDOT funding. The construction plans were designed to accommodate the future pathway and to avoid conflicts with any of the newly constructed features. J&C Boulevard Improvements – Collier County (2012 to 2015) This was a project to improve J&C Boulevard by adding paved shoulders along both sides of the road and providing an asphalt overlay over the entire roadway. The project included the improvement of the swales along both sides of the street to re-establish a continuous flow line including the replacement of existing culverts to upsize them or set them at the correct elevation, if necessary, and reconstructing the existing driveways in-kind. Also included was the relocation and/or adjustment of existing utility features within the limits of the improvements. ABB also reviewed the Pine Ridge Industrial Park drainage infrastructure in areas adjacent to J&C Boulevard to identify deficiencies and recommend corrective actions necessary to promote adequate drainage and prepared a Drainage Issues Study. Sabal Palm Road Permitting – Collier County (2011 to 2013) ABB was hired to provide surveying and engineering services pertaining to design and permitting with SFWMD for lime rock maintenance activities for Sabal Palm Road located within the Sabal Palm MSTU. Design services consisted of developing typical sections which addressed the roadway width as well as the width, depth and side slopes of ditches on each side and developing plans and profile sheets to show roadway alignment and elevation as well as invert elevation of the road site ditches. Yahl Street Improvements – Collier County (2010 to 2013) This project consisted of construction plans for roadway improvements to Yahl Street from Pine Ridge Road to the north dead end. This included making all lanes 12-feet wide and adding a paved shoulder along both sides of the road along with improving the swales along both sides of Yahl Street to re-establish a continuous flow line. Existing culverts were replaced to upsize or set at correct elevation. Relocation or adjustment of existing utility features were also included. ABB also provided construction layout to the contractor. Shangri-La Road Regional Drainage Improvements – Phases I and II – City of Bonita Springs (2009 to 2013) The Shangri-La Road area had a long history of drainage and flooding problems. During initial design of the Shangri-La Road Extension, it was apparent that the new roadway would not have a sufficient drainage outfall. A drainage connection was added across Shangri-La Road to the south via a series of ditch and pipe improvements along Bonita St. James as well as increasing the capacity of a dry detention area. The dry detention area fed into a large control structure 60’ wide with a 25’ wide weir and two 5’ x 5’ control gates. The control structure would outfall into approximately 500’ of proposed 10’ x 5’ box culvert which connected into an existing 10’ x 7’ box culvert under Old 41 Road. A new ditch was constructed adjacent to the FPL property on the west side of Old 41 Road which connected to the existing railroad ditch behind their property. The railroad ditch was improved south to West Terry Street. Taylor Road Improvements – Collier County (2010 to 2012) ABB was hired for engineering design and construction assistance services for roadway improvements to Taylor Road. This included design of modifications to existing driveways, design changes to existing and proposed stormwater culvert system, preparing and submitting permit packages, locating underground utilities and preparing final plans. ABB also provided bid schedule and construction specifications and project construction assistance. Enterprise Avenue Intersection Improvements (2010 to 2011) This project consisted of intersection improvements on Enterprise Avenue at both Industrial Boulevard and Commercial Boulevard. The project is located within the Naples Production Park MSTU. The main purposed was to improve the intersection geometry for larger delivery vehicles by increasing the radius returns at each corning and adding paved shoulders. Existing drainage structures had to be modified or replaced with the new roadway dimensions as well as FPL pole relocations. Summerlin Road 6-Lane Improvements – Lee County (2000 to 2011) The project consisted of proposed improvements from Cypress Lake Drive to Boy Scout Drive in Fort Myers. The improvements consisted of widening nearly three miles of a four-lane divided road to a six-lane divided facility, adding an overpass at College Parkway and reconfiguring the three-legged intersection at Boy Scout Drive. The plans also called for the addition of sidewalks, both water and sewer utility relocations, and the use of gravity walls. Santa Barbara Boulevard 6-Laning – Collier County (2005 to 2010) Development of construction plans for proposed improvements for Santa Barbara Boulevard from Davis Boulevard to Rattlesnake Hammock Road. Project involved widening and new construction of an existing two-lane, non-divided rural section to a six-lane divided roadway. The design of the plans also included the addition of sidewalks, the relocation of a watermain, a reclaimed watermain and two force mains. Old 41 Widening Phases I & II – City of Bonita Springs (2004 to 2009) Phase I of the project consisted of improving dirt roads to two-lane urban sections with curb and gutter and new construction of Cockleshell Drive. The improvements allowed the installation of a four-way traffic signal at Old 41 Road and Shangri-La Road. The total length of work along the four roads was approximately 1.1 miles. Phase II of the project involved widening 2.75 miles an existing two-lane rural section to a four-lane divided highway from Rosemary Drive to U.S. 41. The plans also included the addition of sidewalks, water, sewer and reclaimed water relocations and the use of gravity walls. Rattlesnake Hammock Road 6-Laning – Collier County (2003 to 2008) This project was the development of construction plans for proposed improvements from Polly Avenue to Collier Boulevard (CR 951). The improvements consisted of widening nearly two miles of a two-lane undivided rural road to a four-lane divided urban section, expandable to six lanes. The design also included sidewalks on either side of the road, a sound barrier wall, gravity walls, corridor lighting, bike lanes and approximately 2,700 feet of a 4’ x 8’ box culvert to maintain off-site flow. Utility improvements consisted of a new 24” water main and the relocation of the existing 20” force main. RPS 20-7680, Pelican Bay Sidewalk Improvements Design CITY OF BONITA SPRINGS DOWNTOWN REDEVELOPMENT LOCATION Lee County, FL SCOPE OF SERVICES Major Highway Design Signing and Marking Topographic Survey OWNER City of Bonita Springs OWNER P.M. Matt Feeney, Public Works Director (239) 949-6246 Matt.feeney@cityofbonita .org COMMENCEMENT November 2014 COMPLETION September 2017 Opening CONSTRUCTION COST $16,000,000 $863,400 (ABB Fees) CONTRACTOR Wright Construction Group, Inc. The City of Bonita Springs improved the downtown area along Old US 41 from Tennessee Street to Terry Street by beautifying the area and making it more accessible to the residents. The improvements included improved hardscaping and additional landscaping, improved pedestrian access, construction of roundabouts, construction of additional parking near the downtown area, improved drainage systems, and general beautification. ABB engaged with the City of Bonita Springs to design the stormwater management and water quality improvements with the goal of providing the highest amount of water quality treatment credits possible for the 400+ acre drainage area. Multiple constraints made water quality treatment difficult, as the area has narrow rights-of-way with the surrounding area having been built out. ABB worked with the City of Bonita and the site planners to turn on-street parking into porous paver exfiltration areas. On-street parking areas were designed with pervious pavers located over exfiltration trenches containing weirs and perforated ADS pipes. Where it was feasible, stormwater from the streets would be directed into the inlets in the parking areas and onto the porous paver parking areas. Control structures were designed at strategic points along the project to attenuate water at the levels needed to provide water quality treatment for the project. The use of Pervious Pavers and Exfiltration Trenches provided the highest water quality treatment possible within the constraints of the right-of-way. The conceptual permit process provides a means for municipalities to work with local planners and designers to provide the community with permitted areas for development. Providing water quality for a large development area allows smaller businesses to develop land that might not have the space required for water quality treatment. Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented 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 unsa tisfied (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: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Trent Lewis Arthrex, Inc. Agnoli, Barber & Brundage, Inc. Edward F. Tryka, III, P.E. 239-643-5553Trent.Lewis@Arthrex.com Ext. 71906 Phase I: Design - complete May 2018Arthrex Roadway Design Phase II: Construction - underway $390,000 630 9 10 10 10 10 10 10 10 10 10 99 RPS 20-7680, Pelican Bay Sidewalk Improvements Design ARTHREX ROADWAY DESIGN LOCATION Collier County, FL SCOPE OF SERVICES Major Highway Design Signing and Marking Topographic Survey OWNER Arthrex, Inc. OWNER P.M. Trent Lewis trent.lewis@arthrex.com COMMENCEMENT January 2016 COMPLETION Phase I: May 2018 Phase II: Design complete, construction underway CONSTRUCTION COST $2 Million $390,000 (ABB Fees) CONTRACTOR Waltbillig & Hood General Contractors Arthrex, Inc., a global medical device company and leader in new product development and medical education in orthopedics, engaged ABB to re-design and expand their corporate headquarters in Naples. Site work includes a new administration building, hotel, campus lawn and a wellness center. Beyond the expansion of new facilities, Arthrex wanted to transform the property from a business park into more of a campus setting that would allow employees and visiting physicians to be able to move about the campus on bike and on foot in a relaxed and safe manner. A major concern with the site was cut-through traffic along Creekside Boulevard from Goodlette-Frank Road to US 41. To calm traffic, one-quarter mile of Creekside Boulevard was removed, and two single-lane roundabouts were added at Arthrex Boulevard and Creekside Street. In addition, sidewalks and pathways were added throughout to interconnect the entire property and compliment the new landscaping to provide an intimate campus. All changes to the roadway were coordinated with, and permitted through, Collier County and South Florida Water Management District. RPS 20-7680, Pelican Bay Sidewalk Improvements Design CORBETT ROAD IMPROVEMENTS DIPLOMAT PKWY TO LITTLETON RD LOCATION Lee County, FL SCOPE OF SERVICES Minor Highway Design Signing and Marking Topographic Survey CLIENT Lee County Department of Transportation CONTACT Vincent J. Miller, P.E. (239) 533-8577 vmiller@leegov.com COMMENCEMENT Design: 2014 COMPLETION Design: February 2018 Construction: 2019 CONSTRUCTION COST $579,000 $168,921 (ABB Fees) CONTRACTOR Community Asphalt Corporation The limits of the project are along Corbett Road in the City of Cape Coral, from Diplomat Parkway to Littleton Road, a total distance of approximately 1 mile. The initial scope of the project was to continue an 8-foot wide pathway recently constructed as part of the Veteran’s Administration Hospital north to Littleton Road. In addition, the lanes would be widened to 11 feet and the roadway resurfaced with an asphalt overlay. All work was to be completed within the existing right-of-way. However, early in the design phase, ABB discovered two problems with the project. First, after reviewing the Go-Pro video of our project drive through and then visiting the site, it was apparent that the pavement was failing and in no shape to be subject to an asphalt overlay. We recommended to Lee County DOT that pavement corings and a pavement structural condition survey should be performed by a geotechnical engineer. The results of the geotechnical survey confirmed our initial concerns that an asphalt overlay was not practical with the poor condition of the roadway asphalt. The second problem was that due to deep roadside ditches, it is was not feasible to extend the 8-foot pathway, widen the roadway and stay within the existing right-of- way. Lee County DOT did not have the budget to rebuild the roadway to repair the failing asphalt and build an 8-foot pathway that would have required additional right-of-way or easements, so ABB had to revise the scope of work to stay within the allotted construction budget for the project. The new project was to rebuild and widen Corbett Road without the extension of the 8-foot pathway and, in addition, to revise the design of the roadway so that the roadway and asphalt failures would not repeat itself in the future. A high groundwater table, based on the deep roadside ditches, was suspected to be causing the roadway failures. A soil survey report was ordered specifically to determine the groundwater elevations along the Corbett Road. Groundwater elevations were then plotted along cross sections of the roadway to determine areas where the base of the roadway did not have enough clearance above the groundwater table. A high groundwater table, based on the deep roadside ditches, was suspected to be causing the roadway failures. A soil survey report was ordered specifically to determine the groundwater elevations along the Corbett Road. Groundwater elevations were then plotted along cross sections of the roadway to determine areas where the base of the roadway did not have enough clearance above the groundwater table. Based on these cross sections, ABB provided several design alternatives and opinions of cost to determine the most cost-effective solution. As opposed to raising the profile grade line of the road in high groundwater areas, an asphalt “black base” was used to keep the profile of the road at the current elevation. In addition, Lee County DOT used this project as an opportunity to explore a new type of roadway rehabilitation referred to as Full Depth Reclamation (FDR). FDR can be generally described as recycling both the asphalt and roadway base. A road reclaimer machine is used to pulverize an existing asphalt pavement and a portion of the base, subbase, and/or subgrade. The pulverized material is then uniformly blended with an additional stabilizing material such as cement to provide an upgraded, homogeneous material. Finally, the stabilized material is compacted in place with rollers. FDR was added to the project as a bid alternate. The low-bidder for the project chose the Full Depth Reclamation alternate. Construction began in August 2018 and was completed in early 2019. 4 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Project Approach, Willingness to Meet Time and Budget Requirements Project Approach, Time and Budget Requirements The ABB team brings the full resources of highly specialized skills to provide the County with construction plans and contract documents that will meet the scheduling needs and budget of the County. We propose the design portion for the project to be completed within five months from Notice to Proceed (NTP). Permitting for an Insubstantial Change to the Pelican Bay Road Construction Plans and permitting for a new Right-of-Way Permit are to be completed within four months. Included within the design and permitting phases is the close coordination with Pelican Bay Services Division (PBSD) staff and attendance at monthly PBSD Board meetings to present designs and obtain public input. Advertisement and contractor bidding through Collier County Procurement, including Board of County Commissioners contract approval, are anticipated to take approximately four months. The construction should be implemented in phases to minimize disruption within the community and to keep segments of existing sidewalks open to the public. A construction duration of 12 months is budgeted to allow for phased construction, but this will ultimately be determined by the PBSD Board based on their needs at time of construction commencement. A detailed schedule is included at the end of this section. Pelican Bay is an existing residential and commercial subdivision that was designed and permitted nearly 40 years ago. The original design of the sidewalks included 5-foot wide asphalt paths on both sides of the main roads. The original asphalt was approximately 1” thick over 4” lime rock on compacted subgrade. Over the past few decades, the asphalt has deteriorated (longitudinal cracks, edge cracks, potholes, raveling). Collier County and PBSD have continuously made repairs by adding asphalt layers or removing damaged asphalt and replacing with new layers. The asphalt patch areas and additional asphalt thickness height has created safety hazards. The proximity of large hardwood trees adjacent to the sidewalk has caused additional upheaval cracking that requires frequent repairs. Our understanding of the existing conditions and the needs of the community is a valuable asset to Collier County and PBSD. ABB has been working with Pelican Bay Services Division, Pelican Bay Foundation, and Club Pelican Bay on various improvement projects for more than 30 years. We have many years’ experience working with PBSD staff and Board members, Foundation staff and Board members, golf course staff and residents within the community. We have completed many road, sidewalk and crosswalk projects, drainage improvements, lake modifications, golf course improvements, PUD and planning studies, water management permit certifications, berm restoration and other projects. Our vast experience and knowledge of the community, and our proximity to the site gives us an immeasurable advantage in keeping projects within budgets and providing excellent services at a reasonable cost. Managing the overall cost of the project, maintaining budgets and avoiding change orders are primarily a function of the Project Manager’s understanding of the project scope of services, background data and project site conditions. James A. Carr, P.E., is the Principal-In-Charge and Project Manager who will direct the ABB team assembled for this project, as identified in Criteria 1 of this RPS document. Jim has extensive knowledge and a thorough understanding of the Pelican Bay community, all Pelican Bay streets and sidewalks and potential issues affecting budget preparation. Our projects with Collier County and other municipalities have historically been completed within budget and on time. Budget review with the project manager and effective communication are keys to avoiding budgeting overruns or change orders. This RPS contains a detailed scope of services and items of work within the FDOT Design Manual. The project calls for the development of construction plans, contract documents, supporting engineering calculations and analysis, necessary permits and any other technical documents in accordance with both FDOT and County policy, procedures and requirements. Having a clear and concise understanding of the project scope and partnering with the people involved in the decision making is a key to managing project costs and schedule. The following is a tentative list of tasks presented in the sequence for which they will be performed: a) Develop Existing Conditions Plans b) Prepare Design Plan Sheets Set c) Site Visits and Coordination with PBSD d) Prepare Preliminary Plan Set and Details e) Meet with PBSD staff and attend PBSD Board Meetings f) Complete Plans Substantially for Permit Submittals g) Pre-Application Meeting with Collier County h) Prepare Final Documents i) Application Submittal to Collier County Growth Management j) Continue Coordination with PBSD and Board k) Review and Respond to County Request for Additional Information l) Resubmittal to County m) Prepare Final Plans and Bid Documents n) Coordinate with PBSD and Procurement in Bid Process o) Construction Contract Administration Technical Design Approach The first task will be the development of existing conditions plans that will primarily consist of the horizontal and vertical geometrics of the existing sidewalks, curbs and surrounding improvements. The base of our construction plan set will be the topographic survey data including establishing right-of-way, easements and property ownership. The existing conditions plan will be comprised of both horizontal and vertical project control, reference points and topography to produce a 3D digital terrain model including utilities and drainage. Right-of-way mapping will determine existing right-of-way lines, easements, section corners, subdivision locations and property ownership. ABB has recently prepared extensive surveys throughout Pelican Bay including the sidewalks, rights-of-way and property lines. We have survey control points and benchmarks set along all the streets identified in this RPS. Having this extensive knowledge of the parcels and the field work completed will help us prepare the base maps efficiently. We can easily collect any additional information needed during the project design given our control points in place and the proximity of our office to the site. While work on the base plan is proceeding, our CAD and engineering team will be in the process of creating plan sheets at approximately 1” = 20’ scale to show enlarged views of all work areas. We estimate approximately 80 to 90 plan sheets will be needed to show the elevation grading and construction design details. Our field representative and design engineer will take existing condition plans to the site and walk all sidewalks to confirm existing sidewalks that have slopes in excess of the required 5% maximum run. The required 2% cross slopes are not necessary to identify on the existing sidewalks because this will be corrected or provided easily with new construction. The 5% maximum slopes are important in identifying where existing grades will need to be modified and cut back over a long distance in order to meet current Americans with Disabilities Act (ADA) standards. Existing underground utilities and existing trees need to be considered when modifying grades. We will also confirm slope deficiencies at all driveway crossings and curb cut locations. In our recent studies of the Pelican Bay sidewalk system, we have identified all locations throughout the community where these potential deficiencies exist. Earlier this year, ABB prepared a GIS map of the community with these potential hazard and conflict areas with links to photos indicating these conditions. There are many locations that have excess of 5% slopes approaching the curb ramps at the driveways. Some curb cuts are less than 5 feet width (some are less than 3 feet). We have identified a few severe cases, particularly at the Oak Lake Sanctuary driveway on the south side of Gulf Park Drive, and the L’Ambiance driveway on the north side of Pelican Bay Boulevard. Most curb ramps do not have detectable warning mats as required by ADA. There are many driveways that do not have properly marked crosswalks at the required widths, and several that have no striping at all. Some driveways have stop signs and white stop bars that need to be relocated to their required separations and distances from crosswalks and curbs. In 2011-2012, ABB prepared construction plans for 12 major crosswalks within Pelican Bay on Pelican Bay Boulevard and on Gulf Park Drive. The old asphalt striped crosswalks were replaced with mud set pavers on concrete base, and all sign and markings were improved to meet ADA standards. All adjacent curb cuts were upgraded and replaced with new concrete and the ADA required 2% cross slopes and 5% running slopes were provided. These 12 intersections and mid-block crosswalks should need little to no changes, and the new 6’ concrete sidewalks should tie smoothly into these recent improvements. ABB recently walked all sidewalks identified in this RPS that are to be replaced in the community. We made notation of all tree conflicts where existing trees are within 2 feet of the existing sidewalk. We determined where we anticipate being able to widen the new sidewalks to the desired 6 feet width to not impact trees. We noted locations where it will be best to meander around or between certain trees in order to avoid the conflicts. We also noted locations where we will likely keep existing 5 feet width for a short distance in order to preserve an existing tree. Pelican Bay Boulevard, Hammock Oak Drive, North Pointe Drive and Greentree Drive are the streets that have the highest number and concentrations of hardwood oak trees. These oaks are an integral part of the neighborhood, and their preservation is very important to the residents. We believe that no more than a few oaks would need to be removed in order to accommodate the new sidewalk. Their proximity to the existing 5-foot wide sidewalk is already detrimental to the tree and to the integrity of the sidewalk and provision for a clear shoulder area adjacent to the sidewalk. ABB has a registered Landscape Architect on staff who will provide input on the tree conflicts. We recommend that PBSD hire an arborist to opine on all the trees that are identified as potential conflicts or removals to determine if the tree should be preserved or removed. Given the historical relevance of the trees and their shade canopies, our goal is to minimize tree removals, and, when necessary, the replacements shall be in like kind at no less than 1 for 1 ratio. For all the hardwood trees to remain that are within close distance to the sidewalks, we will propose root barrier to protect the new sidewalks. This task will be closely coordinated with our Landscape Architect and the project arborist. Most of the trees that we identified to be removed due to being within the clear shoulder zone are cabbage palms that are inexpensive to remove and replace. There are a few slash pines and one Hong Kong orchid within the right-of-way that should be removed to accommodate the new sidewalk. In addition to the conflicts and corrections noted above, utility conflicts were also reviewed during our site visits. There are a couple of fire hydrants that will likely need to be relocated away from the sidewalks. These are currently within the shoulder clear zones and need to be adjusted. Hydrant relocations are typically not a significant issue nor a significant cost. There are potable water and irrigation valves within the existing sidewalk that can remain as is, but some will need minor adjustments to make them level to grade. Where feasible, we will route the new sidewalk around existing valves and boxes. There is a potential safety hazard we noticed on the west side of Pelican Bay Boulevard near Marker 36 common area. There is a drainage headwall within approximately 5 feet of the sidewalk that has a severe vertical drop. There is a hedge between the sidewalk and headwall that make this not noticeable, but it is an existing condition that needs attention. We recommend a new handrail on the headwall. Across the street from this location there is another hazard where handrail has been installed behind a storm inlet. It appears the asphalt sidewalk has been overlaid a few times making the grade differential extreme. We recommend relocating the sidewalk away from the storm inlet and eliminating the handrail. With the extensive surveying we have done within Pelican Bay and from our site visits, we have identified several locations where the existing sidewalk falls outside the County right -of-way. Some areas near Pelican Bay Boulevard and Myra Janco Daniels Drive have sidewalks that meander outside the rights-of- way into adjacent properties. These adjacent properties are owned by Pelican Bay Foundation, Inc., which is a not for profit organization and partner in many aspects of the community. We understand that the sidewalks on these parcels can remain in their locations and be replaced with the 6 feet width. Some other sidewalks that run outside the right-of-way are currently on private condominium parcels or golf course parcels. Where these sidewalks have minor encroachments, we propose to relocate the new sidewalk back into the County right-of-way. Where sidewalks meander far into the parcels and it would be costly or disruptive to relocate into the right-of-way, we recommend seeking a public sidewalk easement. We noted locations where this is recommended at the Tierra Mar property, the Sand Pointe property, and the golf course across from The Commons and across from Myra Janco Daniels Drive. Where easements are sought, we will coordinate with PBSD and property owners to identify easement areas. ABB professional surveyors will use our parcel surveys and field monuments to prepare sketch & descriptions for use in acquiring easements. ABB has worked closely with Collier County Property Acquisition Department on the easement acquisition process on previous public and private developments. We identified two locations where there is no sidewalk and a new sidewalk is recommended. At the intersection of Pelican Bay Boulevard and US 41 (south end), there is a gap on the north side of Pelican Bay Boulevard where the existing sidewalk ends. This sidewalk should be extended east approximately 100 linear feet to connect to the new sidewalk and crosswalks recently constructed by FDOT at the intersection. At the north end of Green Tree Drive there is a short cul de sac street named Lynnmore Lane. Lynnmore Lane has a sidewalk on one side of the street that connects the Green Tree sidewalk to the Oakmont Lake pathway. Although Lynnmore Lane is not identified in the RPS, this existing sidewalk should be replaced with new 6-foot wide sidewalk to provide the connection. Our site investigation of the south side of Vanderbilt Beach Road identified portions of existing sidewalk that appear to meander outside the County right-of-way. There is a 10-foot United Telephone easement south of the right-of-way, and further research is needed as to any public use easements in this area. We observed that Collier County has recently installed turn lanes and intersection improvements along this road corridor that have changed the conditions where the sidewalks will be replaced. An eastbound turn lane was constructed west of Hammock Oak Drive, which has narrowed and steepened the adjacent swale and shoulder area. West of the Pelican Bay Community Park driveway to North Pointe Drive, the existing asphalt path is approximately 8 feet wide. We anticipate replacing the sidewalk with 8-foot wide concrete. Continuing west of North Point Drive, the sidewalk is narrow and less than 5 feet wide. A timber retaining wall is on one side and a raised curb is on the other. This condition appears hazardous, and we recommend removing the curb, widening the sidewalk and modifying the existing shoulder and swale. Upon the reviews of the above noted conflicts and sidewalk relocations, we will prepare preliminary sidewalk plans for all streets identified in this project. As questions arise, we will coordinate with PBSD staff and we will make site visits as necessary. Our office is directly across the street from Pelican Bay which will make it very convenient and efficient for us to check actual conditions and take measurements and pictures as needed to confirm our design intent. Preliminary plans will be provided to PBSD staff, and we anticipate presenting plans to the PBSD Board at their monthly meetings to receive community input and comment. Sidewalk alignments and decisions regarding trees can be addressed through staff coordination and PBSD meetings. Design of the driveway crossings and intersections will be developed as these items are coordinated. We will develop grading plans to address curb ramps and ADA slopes. We will also prepare cross section and detail sheets. Once plans are substantially complete and the significant conflicts are worked through, we will conduct a pre-application meeting and make submittal to Collier County Growth Management for an insubstantial change (ICP) or amendment to the construction plans. An Opinion of Cost (OPC) will be generated for the submittal based on construction quantities at time of submittal. This OPC will be refined later for bidding purposes. Collier County will have 15 business days to review the ICP application. During this review period, we will continue coordination with PBSD. Coordination with SFWMD and production of the SFWMD permit application (if necessary) will begin at this time. After receiving agency review comments, we will incorporate any County requested plan revisions along with additional PBSD and public input for final submittal. In conjunction with the development of the 100% plans, the preparation of final plans and bid packages will occur. The bid package will include technical specifications, a quantities computation book, final engineer’s opinion of probable cost, copies of permits, any other pertinent technical documents. Upon County and agency review and approval of the final plans and bid package, the project will be advertised for bid. Throughout the above process, the ABB team will utilize the team’s peer review group, led by Dominick Amico, P.E., to review the design assumptions utilized, plan production details, constructability, and overall quality management for the Project. The peer review group will be composed primarily of Principals and senior design engineers, which will bring to the County the knowledge and experience of these individuals to ensure quality and a successful project. sss20216 Final Construction Plans 30 Days7Permitting153 Days8 Pre-Application Meeting with County 15 DaysTask ID Task Name DurationPBSD Meetings90 DaysPELICAN BAY SIDEWALK IMPROVEMENTS DESIGN & PERMITTING SCHEDULEApril1Engineering Design 168 Days2 Existing Conditions Plans 30 Days3 Create Plan Set15 Days4 Design and Construction Plans 90 Days511 Prepare Applications (ICP) 15 Days12 Plans to County (ICP) 1 Day9 Prepare Quantities and Cost Estimate 15 Days10 QC Review10 Days15 Revise Plans/Respond to Comments 30 Days16 Resubmit to County1 Day13 County Review25 Days14 Coordinate with PBSD 30 Days20 County Review25 Days19 Submit ROW Permit1 Day17 SFWMD Permitting (if necessary) 45 Days18 Final County Review 25 Days23 Procurement Process 60 Days24 Contractor Selection & BOCC Award 30 Days21 Bidding and Construction 120 Days22 Prepare Bid Documents 30 DaysMarchJulyDecemberJuneMayJanuary MarchSeptemberAugust October November February April May 5 LOCATION Location Agnoli, Barber & Brundage’s office is located on US 41 just south of Vanderbilt Beach Road – directly across U.S. 41 from Pelican Bay Boulevard and the project site. This gives ABB the unique opportunity to visit the site an unlimited number of times during the project without any additional travel time costs to the County. In addition, our office is 5 minutes from the offices of Collier County’s Pelican Bay Services Division; again, providing quick access for meetings or delivering documents or other information. Other firms would have to take the extra travel time or rely upon potentially outdated aerials or Google Earth. Other benefits of our office location include: ➢ Manage the project from our office and have access to all staff at a moment’s notice ➢ Host team meetings in our office ➢ Host meetings with County staff, in particular, for field and constructability reviews ➢ Comparable to having on-site project trailer ➢ Could be used for weekly or bi-weekly construction meetings ➢ Quick dissemination of information/documents to construction site as needed Additionally, living locally gives ABB quick access to the regulatory offices of agencies such as FDEP, FDOT, USACOE, SFWMD, Collier County Government, etc., from which the County will need to obtain permits for its work. Our office location enables us to meet with these agencies with little notice to answer questions or provide additional information. 6 RECENT, CURRENT AND PROJECTED WORKLOADS OF THE FIRM Recent, Current and Projected Workloads of the Firm Agnoli, Barber & Brundage’s transportation department’s workload is well positioned to complete this project. Our design of the Estero Parkway Roadway/Landscape design project is complete, and the project is ready to start construction. The ABB team will be able to dedicate more than half of our design resources for this project. Other transportation department projects are under construction or heading into the construction phase such as Goodlette-Frank Road, Corkscrew Road and other minor works. The pie chart below illustrates the resources that will be dedicated to this project throughout the design phase in 2020. 7 ATTACHMENTS State of Florida Department of State I certify from the records of this office that AGNOLI,BARBER & BRUNDAGE,INC.is a corporation organized under the laws of the State of Florida,filed on April 11,1983. The document number of this corporation is G33364. I further certify that said corporation has paid all fees due this office through December 31,2019,that its most recent annual report/uniform business report was filed on April 3,2019,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Third day of April,2019 Tracking Number:0592288493CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 37 4th Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 226184 The parties to this agreement are the Department of Homeland Security (DHS) and the Agnoli, Barber & Brundage, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. 42 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 226184 43 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 226184 44 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 226184 45 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 226184 46 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 226184 47 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 226184 48 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 226184 49 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 226184 50 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 226184 51 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 226184 52 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 226184 53 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 226184 Agnoli, Barber & Brundage, Inc. Daniel W Brundage Electronically Signed 06/29/2009 USCIS Verification Division Electronically Signed 06/29/2009 54 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 226184 Agnoli, Barber & Brundage, Inc. 7400 Tamiami Trail North, Suite 200 Naples, FL 34108 COLLIER 592287155 541 20 to 99 1 55 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 226184 FLORIDA 1 site(s) 56 Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 226184 Name Jonathon Harhen Phone Number (239) 597 - 3111 Fax Number (239) 566 - 2203 Email Address harhen@abbinc.com 57 Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 226184 Page intentionally left blank 58