Loading...
Agenda 06/23/2020 Item #16A11 (Contract #20-7678 Agnoli, Barber & Brundage, Inc.)06/23/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Agnoli, Barber & Brundage, Inc., concerning Request for Professional Services ("RPS") # 20-7678, "Solana Road Stormwater Improvements Design Services." OBJECTIVE: To approve the selection committee's ranking and authorize staff to enter into contract negotiations with Agnoli, Barber & Brundage, Inc., concerning RPS # 20-7678, "Solana Road Stormwater Improvement Design Services," so that a proposed agreement can be brought back for the Board's consideration at a subsequent meeting. CONSIDERATIONS: On January 31, 2020, the Procurement Services Division released notices of Request for Professional Services # 20-7678, "Solana Road Stormwater Improvements Design Services." The County notified 9,327 firms, 81 interested firms downloaded the solicitation package, and staff received five proposals by the March 16, 2020 deadline. Staff found all five proposers responsive and responsible. The selection committee convened on April 20, 2020, and scored each of the proposals and shortlisted its recommended list of qualified firms to the top three. On May 7, 2020, the selection committee reconvened for presentations, and the committee ranked the firms, as shown below. Firm Names Final Ranking Agnoli, Barber & Brundage, Inc. 1 Kisinger Campo & Associates, Corp. 2 Q. Grady Minor & Associates, P.A. 3 Staff is recommending negotiations with the top -ranked firm, Agnoli, Barber & Brundage Inc. Subject to the Board's approval of staffs recommendation, it will begin contract negotiations in accordance with the Consultants' Competitive Negotiation Act, Florida Statutes § 287.055, with Agnoli, Barber & Brundage, Inc., so that a proposed agreement can be brought back for the Board's consideration at a future meeting. If staff is unable to reach an agreement with the number one ranked firm, staff will continue negotiating with the remaining firms in ranked order. FISCAL IMPACT: After an agreement has been reached, staff will bring the negotiated agreement to the Board for approval. Funding for the subsequent contract is available in Growth Management Grants Fund (711), Growth Management Grants Match Fund (712), and Stormwater Capital Fund (325), project 60102. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. 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 and authorize staff to enter into contract negotiations with Agnoli, Barber & Brundage, Inc., concerning RPS # 20-7678, Solana Road Design Services," 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 future meeting. Packet Pg. 883 06/23/2020 Prepared by: Gary R. Putaansuu, PE / Senior Project Manager ATTACHMENT(S) 1.20-7678 NORA (PDF) 2.20-7678 Solicitation (PDF) 3.20-7678 Final Ranking (PDF) 4. [linked] 20-7678 Agnoli,Barber and Brundage Proposal (PDF) Packet Pg. 884 16.A.11 06/23/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.I I Doe ID: 12362 Item Summary: Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Agnoli, Barber & Brundage, Inc., concerning Request for Professional Services ("RPS") # 20-7678, "Solana Road Stormwater Improvements Design Services." Meeting Date: 06/23/2020 Prepared by: Title: Project Manager, Senior — Capital Project Planning, Impact Fees, and Program Management Name: Gary Putaansuu 05/20/2020 8:59 AM Submitted by: Title: Division Director - IF, CPP & PM — Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 05/20/2020 8:59 AM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Capital Project Planning, Impact Fees, and Program Management Mindy Collier Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Growth Management Department Lisa Taylor Additional Reviewer Growth Management Operations Support Christopher Johnson Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Capital Project Planning, Impact Fees, and Program Management Amy Patterson Grants Erica Robinson Level 2 Grants Review Grants Carrie Kurutz Additional Reviewer Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Susan Usher Additional Reviewer Completed 05/20/2020 8:59 AM Additional Reviewer Completed Completed 05/20/2020 9:17 AM Completed 05/20/2020 10:33 AM Additional Reviewer Completed Completed 05/26/2020 9:59 PM Completed 05/27/2020 8:21 AM Additional Reviewer Completed Additional Reviewer Completed Completed 05/28/2020 1:16 PM Completed 05/28/2020 5:10 PM Completed 05/29/2020 10:53 AM Completed 05/29/2020 1:40 PM Completed 05/29/2020 3:28 PM Completed 05/29/2020 3:55 PM Completed 05/31/2020 4:57 PM Packet Pg. 885 Grants Therese Stanley Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners Mary,lo Brock Meeting Pending 06/23/2020 Completed 06/15/2020 9:00 AM Completed 06/15/2020 9:46 AM 06/23/2020 9:00 AM Packet Pg. 886 DocuSign Envelope ID: 095A46D6-1F41-4913-BC3C-7F5F25F3696B ',, 16.A.11.a 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7678 Title: Solana Road Stormwater Improvements Design Services Due Date and Time: 3/16/2020 3:00 PM Respondents: Company Name City County State Final Ranking Responsive/Responsible Agnoli, Barber & Brundage, Inc. Fort Lee FL 1 Yes/Yes Myers Kisinger Campo & Associates, Fort Lee FL 2 Yes/Yes Corp. Myers Q. Grady Minor & Associates Estero Lee FL 3 Yes/Yes P.A. Hole Montes Inc. Fort Lee FL Not Ranked Yes/Yes Myers KCI Technologies Inc. Fort Lee FL Not Ranked Yes/Yes Myers Utilized Local Vendor Preference: Yes = No - Recommended Vendor(s) For Award: On January 31, 2020 the Procurement Services Division released notices of Request for Professional Services 20-7678 Solana Road Stormwater Improvements Design Services. 9,327 firms were notified, 81 firms viewed/downloaded the bid information and five (5) proposals were received by the due date of March 16, 2020, as shown above. All five proposers were found to be responsive and responsible. The Selection Committee convened on April 20, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Agnoli, Barber & Brundage, Inc. Kisinger Campo & Associates, Corp. Q. Grady Minor & Associates, P.A. On May 7, 2020 the Selection Committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: Agnoli, Barber & Brundage, Inc. ranked as 1 Kisinger Campo & Associates, Corp. ranked as 2 Q. Grady Minor & Associates, P.A. ranked as 3 Staff is recommending negotiations with the top ranked firm, Agnoli, Barber & Brundage, Inc. Required Signatures Project Manager:F ocuIgoey: Gary Putaansuu P4�5� 5/7/2020 Foss�aoQ Packet Pg. 887 DocuSign Envelope ID: 095A46D6-1F41-4913-BC3C-7F5F25F3696B 16.A.11.a Procurement Strategist: Docusigneaby: 5 7 2020 Viviana Giarimoustas v B61CD1939DO941E... 7ggt Services Director: H 5/11/2020 Sandra Herrera Date Packet Pg. 888 16.A.11.b collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR SOLANA ROAD STORMWATER IMPROVEMENTS DESIGN SERVICES RPS NO.: 20-7678 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah@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. Packet Pg. 889 SOLICITATION PUBLIC NOTICE 16.A.11.b REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 20-7678 PROJECT TITLE: Solana Road Stormwater Improvements Design Services PRE -PROPOSAL CONFERENCE: N/A RPS OPENING DAY/DATE/TIME: March 2, 2020 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 hLtps://www.bidsyne.com/bidsync-cas INTRODUCTION As requested by the Growth Management Department (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. BACKGROUND Solana Road Stormwater Improvements project is a part of the Gordon River Master Plan. The purpose of the project is to reduce upstream flooding by improving the capacity of approximately 2,000 feet of culvert and 1,000 feet of open ditch. The project is located along the north side of Solana Road starting from the west side of Goodlette-Frank Road and ending at the outfall into the Gordon River east of Burning Tree Drive, in Collier County, Florida. TERM OF CONTRACT 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. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Consultant written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. DETAILED SCOPE OF WORK 1. PURPOSE: The purpose of this scope of work is to describe the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract plans and special provisions, if necessary, for: c 0 M 0 Cn 0 ti co ti 0 N C m E z .r Q Construction of a box culvert to replace existing pipes/culverts beginning on the west side of Goodlette-Frank Road north of the intersection of Solana Road, crossing under Goodlette-Frank Road, and continuing downstream along the north side of Solana Road to a point east of Burning Tree Drive where it discharges into an open ditch. Then reconstruction of approximately 1,000 feet of open ditch from the box culvert end to an outfall at the upper Gordon River. Design Services shall include a review of the Gordon River Master Plan recommendation for Solana Road to verify the need for the increased capacity to relieve upstream flooding, the size of culvert needed, and, should the recommendation be to replace the existing 4'x 8' box culvert, perform a cost benefit analysis to evaluate options to allow it to remain in Packet Pg. 890 16.A.11.b The general objective is for the CONSULTANT to prepare a set of plans to be used by the contractor to build the project, and by COUNTY to ensure the project is built as designed and to specifications. Elements of work shall include roadways, drainage structures, geotechnical activities, survey, drainage, signing and pavement markings, utility relocation, maintenance of traffic, cost estimates, environmental permits, environmental mitigation plans, quantity computation books, and all necessary incidental items for a complete project. The Scope of Services establishes which items of work described in the FDOT Plan Preparation Manual(s), and other pertinent manuals to accomplish the work, are specifically included in this contract; and, which of the items of work will be the responsibility of the CONSULTANT or the COUNTY. All plans and design documents are to be prepared with standard English values in accordance with all applicable Florida Department of Transportation (hereinafter referred to as FDOT) Manuals and guidelines. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original recommendation may be required. The CONSULTANT is to incorporate these refinements into the design and will consider this effort to be an anticipated and integral part of the work. This will not be a basis for any supplemental fee request(s). The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain throughout the design of the project a contract file. It shall be the CONSULTANT's responsibility to utilize the very best engineering judgment, practices and principles possible during the prosecution of the work commissioned under this contract. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of the contract plans. The COUNTY will provide job specific information and/or functions as outlined in this contract. 2. PROJECT DESCRIPTION: The CONSULTANT shall incorporate the following into the design of this facility: 2.1 Roadway Plan Tyne: Plan View of the intersection layout with the box culvert being the baseline for stationing of the project. Typical Section: Pavement backfill and resurfacing details. Limits: As needed to tie into existing intersection configuration. TCP Plans: Typical Sections, Detail Sheets and Plan Sheets on phasing. 2.2 Drainage Plan Type: Plan/Profile with Cross -Sections at 50' intervals. Open Ditch: To provide water quality treatment. 2.3 Utility Coordination The CONSULTANT will contact the Utility Companies and coordinate relocation efforts as needed. The CONSULTANT will prepare utility relocation plans as needed. 2.4 Permits The CONSULTANT will obtain all necessary permits. 2.5 Structures The CONSULTANT will analyze and design structures as follows: Box Culvert and Headwalls: Design of a box culvert capturing flow coming from the north along the west side of Goodlette-Frank Road, crossing Goodlette-Frank Road Intersection, traveling along the north side of Solana Road and merging it with flows coming from the north from Mooring's Park and along both sides of Burning Tree Road crossing the intersection of Solana Road with Burning Tree Drive. The box culvert continues east where discharges into an open ditch that flows to upper Gordon River. Packet Pg. 891 16.A.11.b 2.6 Signing and Pavement Markings The CONSULTANT shall analyze and design signing and pavement markings for both temporary and permanent needs. 2.7 Survey and Mapping The Consultant shall survey and map site specific information. 2.8 Geotechnical The CONSULTANT will provide borings and laboratory testing of soils in accordance with FDOT guidelines. 2.9 Specifications Package The CONSULTANT will prepare the specifications package. 2.10 Proiect Schedule Within ten (10) days after the Notice -To -Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT activities required to meet the completion date for design. 2.11 Submittals The CONSULTANT shall furnish plans and documents as required by the COUNTY to adequately control, coordinate, and approve the plans. The CONSULTANT shall distribute phase submittals as directed by the COUNTY. 2.12 Provisions for Work All maps, plans and designs are to be prepared with English values in accordance with all applicable current COUNTY and FDOT manuals, memorandums, and guidelines. General Florida Statutes Florida Administrative Codes Florida Department of Transportation Project Development and Environmental Manual Florida Department of Transportation Plans Preparation Manual Florida Department of Transportation Standard Specifications for Road and Bridge Construction Florida Department of Transportation Handbook for Preparation of Specifications Package Florida Department of Transportation Design Standards for Design, Construction, Maintenance, and Utility Operations on the State Highway System Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highways CADD Production Criteria Handbook CADD Manual Quality Assurance Guidelines Safety Standards Rule 61G17-6, F.A.C., Minimum Technical Standards for Professional Surveyors and Mappers Department of Environmental Protection Rules Governing Mean High Water and Jurisdictional Line Surveys Any special instructions from the DEPARTMENT Utility Accommodations Guidelines Permits Chapter 373, F.S. Packet Pg. 892 16.A.11.b Drainage Drainage Manual Drainage Handbooks ■ Storm Drain ■ Optional Pipe Materials ■ Stormwater Management Facility ■ Cross Drain ■ Erosion and Sediment Control ■ Hydrology Survey Location Survey Manual Highway Field Survey Specifications Automated Survey Data Gathering Standards for Consultant -Submitted G.P.S. Static Control Projects EFB User Guide Chapter 472, F.S. Chapter 177, F.S. FDEP Bureau of Surveying and Mapping Traffic Operation American Disabilities Act Manuals Federal Highway Administration Standard Highway Signs Manual Florida Department of Transportation Traffic Engineering Manual Florida Department of Transportation Manual on Uniform Traffic Studies (MUTS) National Electrical Code National Electric Safety Code Mapping Right -of -Way Mapping Florida Department of Transportation Right -of -Way Handbook Florida Department of Transportation Right -of -Way Manual Structures AASHTO LRFD Bridge Specifications and Interims AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, dated 1994 AASHTO AWS-D1.5M D1.5: 2001 An American National Standard AASHTO Guide Specifications for Structural Design of Sound Barriers Florida Department of Transportation Structures Design Guidelines Florida Department of Transportation Structures Detailing Manual Florida Department of Transportation Structures Standard and Semi -Standard Drawings Florida Department of Transportation Structures Design Office Temporary Design Bulletins (available on Florida Department of Transportation Structures web site only) Florida Department of Transportation Structures CADD Manual Florida Department of Transportation Preferred Details (available on Florida Department of Transportation Structures web site only) Geotechnical Soils and Foundation Handbook Manual of Florida Sampling and Testing Methods c 0 O a� d z d m co c a� .y O N c d E d O a E L d 3 E L 0 co M O W M c M 0 co N W M N T c O M v 0 Cn 00 ti co ti 0 N C O E t v M .r Q Packet Pg. 893 3. 16.A.11.b 2.13 Services to be Performed by the COUNTY The COUNTY will provide those services and materials as set forth below: • Regarding Environmental Permitting Services: o Provide general philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. o Provide the appropriate signatures on application forms • Provide the appropriate letters of authorization designating the CONSULTANT as an agent of the .-. COUNTY c 0 • Provide phase reviews of plans • Furnish an approved Environmental Document when available • All future information that may come to the COUNTY during the term of the CONSULTANT's d Z Agreement and which in the opinion of the COUNTY is necessary to the prosecution of the work a) • Project data currently on file • Engineering standards and review services a� • All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction N • All future information that may come to the COUNTY pertaining to subdivision plans so that the r.+ CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right- of-way > 0 • Existing right-of-way maps L Q- PROJECT GENERAL TASKS 3.1 Public Involvement Public involvement is an important aspect of the project development process. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. Property owners adjacent to project, including those that use the golf courses, shall be informed about the project. Public Meetings may be held on this project at the 60% design stage. In addition, the CONSULTANT and COUNTY staff will meet with civic groups and others on an individual basis, as needed, to discuss the project. 3.2 Coordination Meetings M Prior to printing of the review plans at the 60% design stage, an advanced discussion of the project will take place at a Coordination Meeting. The Designer will provide County Staff with review "draft" copies of the plan drawings two weeks in advance of the coordination meeting. The meeting will be conducted to provide input into 0 the design prior to printing it for full review. The Designer will present the project to County Staff and a discussion will take place on what are understood to be the key issues. The goals of the meeting are to provide a .� common understanding of the project; institute change, if needed; and to provide a coordinated effort at the i6 public presentations. 00 ti 3.3 Specifications Package Preparation W The CONSULTANT shall prepare and provide a complete specifications package, including applicable Technical N Special Provisions, for all items and areas of work. m Proposed Technical Special Provisions will be submitted to the COUNTY for initial review in advance of t advertisement to the Project Manager. All comments will be returned to the CONSULTANT for correction and 0 resolution. w Q The Final submittal shall be signed, dated and sealed in accordance with applicable Florida Statutes. The submittal materials shall consist of the same as those submitted for the initial review by the COUNTY. PROJECT COMMON TASKS These tasks are applicable to most activities of the project included in this Scope of Work: Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate and reviewing and updating the cost estimate if any scope changes occur. Packet Pg. 894 4. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all i 16.A.11.b work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. The Technical Special Provisions shall be technical in nature and shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project. Technical Meetings: Includes meetings with the COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, railroad companies, progress review meetings (phase review), and miscellaneous meetings. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS are held responsible for their work, including plans review. Detailed checking of CONSULTANT plans or assisting in designing portions of the project for the CONSULTANT is not the intent of having external design consultants. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the FDOT Plans Preparation Manual, that state and federal design criteria are followed with the COUNTY concept, and that the CONSULTANT submittals are complete. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all ia) surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. .y The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, a independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be d documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized d by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. c L The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, E maps, drawings, specifications and/or other services. L d Supervision: Includes all efforts required to supervise all technical design activities. 3 Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final set of E construction documents. 0 co 3.4 Design Variations and Exceptions a The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate W Design Variations and/or Design Exceptions. c M 3.5 Computation Book and Quantities 0 co The CONSULTANT shall prepare the computation book and various summary of quantities sheets. This includes N all efforts required to develop the computation book and the supporting documentation, including construction M days when required. N T 3.6 Cost Estimate c 0 Probable Cost Estimate to be provided at 60% and 100% design stages as well as at time of bid. 3.7 Technical Special Provisions 2 3.8 Field Reviews 0 o7 00 ti 3.9 Technical Meetings ti 3.10 Quality Assurance/Quality Control c�•i PLANS The CONSULTANT shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and t details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the um purposes of construction: Q 4.1 Key Sheet 4.2 Summary of Pay Items Including Quantity Input 4.3 Typical Section Sheets 4.4 General Notes/Pay Item Notes 4.5 Summary of Quantities Packet Pg. 895 4.6 Box Culvert Data Sheet 4.7 Project Layout 4.8 Plan/Profile Sheet 4.9 Miscellaneous Drainage Detail Sheets 4.10 Soil Survey Sheet 4.11 Cross Sections 4.12 Traffic Control Plan Sheets 4.13 Traffic Control Detail Sheets 4.14 Demolition Plan Removal of existing culverts and structures. 4.15 Utility Adjustment Sheets 4.16 Erosion Control Plan 4.17 SWPPP 4.18 Interim Standards 4.19 Utility Verification Sheet (SUE Data) 16.A.11.b 4.20 Ouality Assurance/Ouality Control 5. UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring no conflicts exist between utility facilities and the COUNTY's construction project. The CONSULTANT shall certify all utility negotiations have been completed with arrangements made for utility work to be undertaken. The CONSULTANT shall prepare utility relocation plans for water and sewer lines belonging to the City of Naples Utility Department. The plans will be subject to review and approval by City staff. The plans will be prepared such a way that they can be bid out separately if the City of Naples so chooses, with no additional cost to the County. 6. ENVIRONMENTAL PERMITS The CONSULTANT shall notify the COUNTY Project Manager, Environmental Permit Coordinator and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager on all permit related correspondence and meetings. 7. STRUCTURES -MISCELLANEOUS 7.1 Concrete Box Culverts 8. SURVEY The CONSULTANT will perform a survey with site -specific data gathering in the process of developing the design of this project. 8.1 Alignment and/or Existing Right of Way Lines Depict alignment and/or existing R/W lines (in required format) per COUNTY R/W Maps, platted or dedicated rights of way. 8.2 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. 8.3 Work Zone Safety Provide work zone as required by FDOT standards. c c� .2 0 W 00 ti co ti 0 N C m E t .r Q 8.4 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor, a Florida Professional Surveyor. 9. MAPPING The CONSULTANT will map the project with site -specific data gathering in the process of developing t Packet Pg. 896 10. 16.A.11.b project. GEOTECHNICAL The CONSULTANT shall, for each project, be responsible for a complete geotechnical investigation. All work performed by the CONSULTANT shall be in accordance with FDOT standards. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. 10.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial N c photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field I reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with a� problematic soil and groundwater conditions. z The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of Phase IV plans. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to assist in setting Cn roadway grades and locating potential problem areas. a� All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. N 10.2 Stake Borings/Utility Clearance c Stake borings and obtain utility clearance. d E 10.3 Drilling Access Permits o Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as a E needed. L d 10.4 Coordination of Field Work 3 E Coordinate all field work required to provide geotechnical data for the project. `o 10.5 Soil and Rock Classification - Roadway y 13 Refine soil profiles recorded in the field, based on results of laboratory testing. to G 10.6 Laboratory Data c c� Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil y Survey Sheet), and for any necessary calculations and analyses. 10.7 Seasonal High Water Table N M N Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. c 10.8 Geotechnical Recommendations a Provide geotechnical recommendations regarding the proposed stormwater construction project including the following: description of the site/alignment, design recommendations and discussion of any special in considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement ti time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and ti recommend types of geosynthetics and properties for various applications, as required. N 10.9 Preliminary Report If a preliminary roadway investigation is performed, a preliminary roadway report shall be submitted before the m E Phase I plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and 0 locating potential problems. Q • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505. • Results of all tasks discussed in the previous section (Data Interpretation and Analysis). • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment Packet Pg. 897 settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculati 16.A.11.b • The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 10.10 Final Report The Final Roadway Report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505 • Results of all tasks discussed in the previous section (Data Interpretation and Analysis). • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 10.11 Detailed BorinE Location Plan Develop a detailed boring location plan. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole. Stake Borings/Utility Clearance. Stake borings and obtain utility clearance. 10.12 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 10.13 Box Culvert Analysis • Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. • Provide lateral earth pressure coefficients. • Provide box culvert construction and design recommendations. • Evaluate wingwall stability. 10.14 Final Reports - Box Culvert The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. r_ 0 • Summary of structure background data, SCS, USGS, geologic and potentiometric data. M • The results of all tasks discussed in the previous section (Data Interpretation and Analysis). 2 0 • Recommendations for foundation installation, or other site preparation soils -related construction M 00 considerations with plan sheets as necessary. ti • Any special provisions required for construction that are not addressed in the FDOT's Standard o specification. N c • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field E tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves M versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if m available) and any other pertinent information. Q Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. The reports will be submitted in final form and will include the following: • All original plan sheets (11" x 17") • One set of all plan and specification documents, in electronic format, according to FDOT requirements • Two sets of record prints Packet Pg. 898 16.A.11.b • Six sets of any special provisions • All reference and support documentation used in preparation of contract plans package 11 10.15 10.16 10.17 10.18 Additional final reports (up to four), aside from stated above, may be needed and requested for the COUNTY's Project Manager and other disciplines. The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional Engineer registered in the State of Florida. • Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements, for inclusion in final plans. Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. Technical Special Provisions Field Reviews Identify and note surface soil and rock conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. Technical Meetings 10.19 Quality Assurance/Quality Control 10.20 Supervision 10.21 Coordination PROJECT REQUIREMENTS 11.2 11.3 11.4 11.5 11.6 11.7 Key Personnel E The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal o presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and CO approval by the COUNTY. M Progress Reporting 0 The CONSULTANT shall meet with the COUNTY as required and shall provide a written progress and schedule c� M status reports that describe the work performed on each task. Progress and schedule status reports shall be 0 co delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent M complete against actual work accomplished. c4 T Correspondence c Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this 0 contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 0 Professional Endorsement 07 00 The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all ti ti reports, documents, and plans as required by FDOT standards. N Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. It is the m t responsibility of the CONSULTANT to meet the requirements in the FDOT's CADD Manual. The CONSULTANT will submit final documents and files as described therein. Q Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. Optional Services At the COUNTY's option, the CONSULTANT may be requested to provide post design services. The fee for these services shall be negotiated in accordance with the terms detailed in the contract, for a fair, competitive and Packet Pg. 899 reasonable cost, considering the scope and complexity of the project(s). The additional services may 16.A.11.b Construction Assistance, Review of Shop Drawings, or other Post Design Services as required. 12. INVOICING LIMITS Payment for the work accomplished will be in accordance with the contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to insure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT will provide a list of key events and the associated total percentage of work considered to be complete at each event. This list will be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable to the COUNTY. C 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 Finn 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:Hdos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 900 16.A.11.c Co� County Administbve SeNces Dinon Pmcmement Services RPS #: 20-7678 Title: Solana Road Stormwater Improvements Design Selection Committee Final Ranking Sheet Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Name of Firm Bee Mario Ananta Gary Allyson Total Selection Committee Final Rank Agnoli, Barber & Brundage, Inc. 2 1 1 1 1 6 1.0000 Kisinger Campo & Associates, Corp. 1 2 3 3 2 11 2.0000 Grady Minor 3 3 2 2 3 13 3.0000 Procurement Professional I `via WW gkvaf�tw Page 1 of 1 Packet Pg. 901 XY l ■soon �.. HHORI GNC�LI� HORINBARBEx �7 , i fi ■� '"li'BRUNDAGE; INC. .■ ■O rfficoie of harlxo•ion hber-U>, .. •L&LC MUG4620 ti - .. '.A �.w._C ¢�i /r � - r� �. .!%• r V X- .! 3'�r ' - '. s f i _ - F _ � '. •' � .. ..:=•. -� - .ark _ -Y..y~ -F- i .. e _ - - i-_>>. _ e -s ��- ♦L�.Y Y.K. fi—�� ..7 0114 IZ4 AUNWO RPS No. 20-7678 Solana Road Stormwater Improvements Design Services Due: March 161 2020 at 3:00 pm 7400 Trail Boulevard, Suite 200, Naples, FL 34108 1 Phone. (239) 597-31 1 1 1 Facsimile. (239) 566-2203 Dominick J. Amico, PE, Principal in Charge • amico@abbinc.com • www.abbinc.com Jocelyn Nageon de Lestang, P.E., Project Manager • Foss@obbinc.com Serving Southwest Florida since 1983 NONE ■MONEGNOLI ■■■"' ARBER & ■■■■■F :::::: S RUN DA G E, INC. Certificate of Authorization Numbers: EB 3664 • LB 3664 • LC26000620 March 16, 2020 Via B&Sync Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 7400 Trail Blvd., Suite 200 Naples, FL 34108 PH: (239) 597-31 1 1 www.ABBINC.com Re: RPS 20-7678, Solana Road Stormwater Improvements Design Services Due: March 16, 2020 at 3:00 pm Dear Procurement Services and Selection Committee: Agnoli, Barber & Brundage, Inc. is pleased to submit our qualifications in response to Collier County's RPS No. 20-7678, Solana Road Stormwater Improvements Design Services. We have reviewed the scope of services contemplated by the County and have assembled a highly qualified team to successfully complete all requested services. We have carefully chosen our subconsultant team based upon a proven track record with them on past projects. Because of the size and philosophy of our firm, our Principals are active project managers and designers. I will serve as the Principal in Charge for this project. While we have documented our technical capabilities in our submission, our prime corporate philosophy does not involve our technical capabilities. Client service and satisfaction are what we especially hold above all else. Provision of timely service and personal management attention by Principals are ourprimary business philosophy. We believe we have adequately addressed the RPS requirements. However, as always, we are available to answer any additional questions you mayhave. Sincerely, AGNOLI, BARBER & BRUNDAGE, INC. Dominick J. Amic , E. President & Principal in Charge drr TABLE OF CONTENTS Tab 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 CRITERIA5: 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 Addendum 2 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 Statement • Collier County FEMA-Hazard Mitigation Grant Program Contract Provisions Forms ABILITY OF PROFESSIONAL PERSONNEL Evaluation Criteria 1: Ability of Professional Personnel Agnoli, Barber & Brundage, Inc. Agnoli, Barber & Brundage, Inc. ("ABB") is proud to be in its 37th year of serving Southwest Florida. As a locally owned and operated enterprise, ABB is uniquely positioned to offer comprehensive professional services of engineering, planning, landscape architecture and surveying to our local communities. Our Principals and staff are all local residents, intimately familiar with the important issues affecting our quality of life in Southwest Florida. WHEN YOU HIRE ABB, YOU GET ALL OF US — NOT JUST THE PROJECT MANAGER. As a medium-sized firm, ABB is 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. We pride ourselves on the good working relationships ABB has built with Collier County Project Managers and Administrators over the past 37 years. ABB is currently, and has been, on Professional Services continuing contracts with the County 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. The benefits which can be drawn from these contacts and the familiarity with their staff will be an asset to the County. Stormwater has been ABB's leading area of expertise for over 37 years. Hydrologic modeling and analysis have been a cornerstone of our engineering consultancy, and our firm has maintained a talented pool of qualified professionals familiar with modeling systems such as HECRAS, XPSWMM, ICRP as well as numerous customized in-house solutions. We are also experienced and proficient in the comprehensive modeling analyses and methods required by the FDOT. The firm's catalog of experience with stormwater management is comprehensive and includes extensive work on larger regional projects. ABB was hired by Collier County to develop a master plan of stormwater improvements for the Gordon River Extension in Collier County. In addition, ABB was the Engineer of Record for the Lely Area Stormwater Improvement Project (LASIP), perhaps Collier County's most successful stormwater initiative. ABB conducted the modeling and permitting of the overall project which covers a 17-square mile watershed. This project's organizational structure was unique since it is geographically large and was undertaken as a partnership among numerous consultant firms and the County - with ABB assuming the leadership role. In this effort, ABB provided oversight for permit compliance for the designs under our annual contract with Collier County. These projects will be further discussed in Evaluation Criteria 3, Past Performance. We have assembled a highly qualified team whose talents can be brought to bear on all aspects of this project. In addition, our team has extensive experience with local construction and regulatory conditions in Collier County, as well as the South Florida Water Management District. The ABB team is staffed with highly qualified professionals to address all facets of this project. The ABB team will be supplemented by five (5) other firms: Robau and Associates, LLC.; Bridging Solutions, LLC; Forge Engineering Inc.; Passarella & Associates, Inc.; and Quest Corporation of America, Inc. Our team members are proficient in the criteria this project will require and, individually and collectively, have collaborated with us in various past, highly successful projects. The commitment to communication proved to be the key to past success. Brief experience summaries for each firm and resumes of all professional personnel are contained in this section. ABB Key Personnel Assigned to Project: Dominick J. Amico, Jr., P.E. Dom is ABB's President and has over 37 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. He will serve as the Principal in Charge. Jocelyn Nageon de Lestang, P.E. Joss is a Senior Project Engineer with over 21 years of experience with an emphasis on stormwater and related issues of water resource management. Joss has worked extensively on local watersheds, and his experience includes having served as the Big Cypress Basin (SFWMD) Principal Engineer for five years. He will serve as the Project Manager. Edward F. ("Ted") Tryka, III, P.E. Ted is ABB's Vice President of Transportation, with over 24 years of experience in roadway design and management. Ted has led projects ranging from regional stormwater management to major highway design. Ted's approach to managing projects from the initial design through completion of construction has made him one of the leaders in his field. James A. Carr, P.E., QA/QC Jim is ABB's Senior Vice President and has over 28 years of experience in both private site design and municipal projects. Jim's unique strengths include project management and design of large scale dense urban developments. These mixed -use projects require an intricate level of detail and coordination and are a success due to his focus on interdisciplinary team communication and project scheduling. Jim will provide oversight and QA/QC on this project. Brent C. Guillot, RLA, Landscape Architecture Brent is ABB's Vice President of Landscape Architecture and has over 19 years of professional experience. Brent has led teams to design and construct award winning parks, campuses, and communities across the United States. 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. Wayne D. Agnoli, P.S.M. Wayne is Vice President of Survey Operations and has over 37 years of experience with ABB. Wayne will oversee all surveying performed on this project. George W. Hackney, P.S.M. George is ABB's Surveying Director and has over 34 years of surveying experience and will provide support to the field crews and QA/QC for the survey work. The above are the project tasks for which the individuals 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: ABB - butC&tng a better community with you. Subconsultant Team Members: Gordon River Master Plan Recommendation Review/Verification ®ro, ROBAU &ASSOCIATES Z770 HOR+F,H(-F. 1)RR"F SOUTH, SLRTE 7 - NAPI.FS. H.ORMA 14104 ri 1: xss-zo6-Roan - rAac: zz9-zad-eoao Emilio J. Matthew Robau, P.E. President DeFrancesco, P.E. Established in 2008, Robau and Associates, L.L.C. is a general civil engineering practice located in Collier County and is a Certified Minority Business Enterprise with the State of Florida. They have provided water resource planning, schematic design, and hydrodynamic modeling for several Collier County projects working for the Collier County Board of County Commissioners through an annual contract for the past six years. The company offers general civil engineering design, permitting, and project management services and specializes in water resource environmental design and the creation of the urban infrastructure landscape required to serve people. Emilio Robau was a member of the team who completed the County's Immokalee Stormwater Masterplan Update Improvement Plan in 2018. As such, he understands the history and the development of stormwater models. Emilio will have full control of the modeling review of the Gordon River Master Plan recommendation for Solana Road. His objectives will be the independent verification of the culvert size and the necessity for any increase in capacity by replacing the existing 4'x 8' box culvert. His judgment and experience will also be invaluable as we assess the cost -benefit of these various design options. Structural Engineering �- BRIDGING ' SOLUTI©1\TS q Ralph Rolando Verrastro, P.E. Corsa, P.E. Bridging Solutions, LLC is a Naples based firm established in 2006. It provides specialized bridge and structural engineering services in the land development and transportation market sectors to public and private clients throughout Florida. Services include: bridge type studies, conceptual, preliminary and final structural design, construction plans, specifications, construction engineering inspections, inspection and evaluation of existing structures, bridge load ratings, and expert witness testimony. Bridging Solutions has experience on structures including: vehicular, railroad and pedestrian bridges, box culverts, retaining walls, "faux" bridges, entrance features, dams, weirs, buried tanks, drainage structures, privacy/sound walls, and traffic signal and sign structures. Bridging Solutions is prequalified by FDOT in Work Groups 4.1.1, 4.1.2, S.1 and 5.4. Geotechnical Engineering FORE _ A= w INNOVATIVE ENGINEERING SOLUTIONS Richard Lundbere. P.E Robert McGinnis, P.E. Forge Engineering, Inc. is a 23-year-old full -service firm located in Collier County and is fully licensed and insured to perform professional engineering in Collier County and the State of Florida. The three principals of the firm have over 126 years of combined experience providing engineering consulting and inspection services in the State of Florida. The professional staff also includes eight senior/project professional engineers and seven staff/field engineers. Forge also has experience on dozens of Collier County projects. These projects range from wastewater treatment plants, water storage tanks, master pump stations, and utility transmission force main projects providing services that include Geotechnical Explorations, Constructions Material Testing, and Phase I Environmental Site Assessment. Forge's Principals are the most experienced geotechnical engineers in Collier County with years of local experience. Forge also has conducted several geotechnical explorations in close vicinity to the project site. A Principal Engineer will be assigned to manage this project and will apply their expertise and experience to help complete a successful, cost effective, and timely project. Our professional staff and engineering technicians will apply their expertise and experience to help you complete successful, cost effective and timely projects. Forge is prequalified by FDOT in Work Groups 9.1 and 9.4.1. Environmental "PASSARELLAC TM z _ & ASSOCIATES Andrew Woodruff VP & Senior Ecologist Passarella & Associates, Inc. is a full -service ecological and environmental consulting firm, founded in 1996 to assist clients in achieving a sustainable balance between development and our environmental resources. Passarella & Associates' project approach is to work closely with Collier County and the ABB team to identify potential environmental issues and coordinate upfront with permitting agencies and environmental advocacy groups. Passarella & Associates excels at providing its clients with cost effective permitting and mitigation solutions that address both wetland and wildlife concerns and in the team approach to projects. By doing such, they are able to participate in an interdisciplinary group of experts that brings the strongest team to the table for their clients. Passarella & Associates understands the importance of communication and flow of information between project members and that these are critical in developing a successful project. Their work philosophy allows them to be flexible with scheduling to meet project deadlines and at the same time provide the highest quality of service for their client. Passarella & Associates, Inc. has a team of dedicated environmental professionals capable of devoting the resources necessary to achieve the unique demands and time constraints of each job. Their firm has a dedicated in-house AutoCAD and GIS department that integrate GPS and GIS mapping technologies to produce accurate and reliable depictions for planning and permitting purposes. The environmental professionals at Passarella & Associates are skilled at recognizing the short-term and long-term effects to the physical and natural environment that result from project alignments and understand the cost implications of these decisions. The staff is knowledgeable about regulation and policies that affect land use decisions and how to mitigate for unavoidable adverse environmental effects. Passarella & Associates is adept at preparing environmental impact summaries; conducting wetland jurisdictional determinations including wetland mapping, flagging, and assessments; wetland permitting and post -permit compliance; wetland mitigation design and monitoring including mitigation construction coordination, mitigation assessments, and mitigation monitoring; protected species assessments such as habitat mapping, protected species surveying, and habitat analysis; and protected species permitting; protected species relocations and habitat management including protected species monitoring. Passarella & Associates prides itself on its experienced staff and long-term established professional working relationships in Southwest Florida. Over the years, Passarella & Associates and ABB have enjoyed a long-standing working relationship teaming on projects throughout Southwest Florida. They understand the environmental permitting process and have long-standing working relationships with the local counties, South Florida Water Management District (SFWMD), Florida Department of Environmental Protection, Florida Fish and Wildlife Conservation Commission, Florida Department of Transportation, U.S. Army Corps of Engineers (COE), USFWS, NMFS, United States Coast Guard, Environmental Protection Agency, and non -governmental organizations like The Conservancy of Southwest Florida. They recognize the importance of pre -application meetings, public information meetings and upfront negotiations, and their experienced staff can assist with post -permit construction observations and compliance monitoring for wetlands and wildlife species in accord with local, state, and federal agency permits. Public Involvement Q] ' QUEST CORPORATION OF AMERICA Yvonne A. McClellan Bilingual Public Relations, Public Involvement and Community Engagement Specialist With more than 25 years of experience, Quest Corporation of America, Inc. (Quest), a DBE, SBE, MBE, WBE professional public involvement/public information firm, is uniquely qualified to support the Solana Road Stormwater Improvement Design Project. Quest specializes in providing clear, concise and timely information to the community that is vital to successfully achieving consensus for any project. In addition, its grassroots public information strategy includes door-to-door stakeholder communication, public meeting coordination, media relations, community presentations, special events, pop-up outreach at popular community venues and events, issues resolution, graphic and multi -media design, stakeholder database development, website development and management, and social media outreach. Quest tailors their outreach to fit the needs of the community they serve and to reach stakeholders where they already are - whether it be their neighborhood grocery store or a well -attended community event. Quest has successfully served projects and provided issues resolution on hundreds of high -profile projects including utility projects, roundabouts, complete streets, road and bridge, recreational trails and multi -modal transportation throughout Florida. From concept through construction and beyond, Quest has a unique understanding of the goals for utility infrastructure projects and will be proactive in working to keep stakeholders, the community, and government officials informed about this project. ABB previously worked with Quest Corporation of America on the 308 Forcemain project with Collier County Wastewater. Quest was responsible for public outreach and coordination on a very difficult project of which 90% was conducted either in someone's front or back yard. There were NO public relation problems on this project. 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 37 years. He is especially versed in the latest water quality analysis methods, treatment, Best Management Practices, rules and technology. Representative Stormwater/Drainage Projects: • Gordon River Stormwater Modeling and Master Plan • CC Transportation & Stormwater Infrastructure • Lake Trafford Memorial Gardens Drainage Study • 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 • Walden Drive Drainage Improvements • Town of Big Cypress Stormwater Master Plan • Collier's Reserve Stormwater Design and Permitting • Old Collier Golf Course Stormwater Master Plan • Twin Eagles Stormwater Design and Permitting • Big Cypress Stewardship District Engineer • North Collier Regional Park Stormwater Design and Permit • Cedar Creek Stormwater System Rehabilitation • Marco Island Drainage • LASIP Stormwater Evaluation • Pelican Bay System IV Modification • Wilderness Country Club Stormwater Modification • The Brooks Flow Way • Southwest Florida Watershed Study • Camp Keais Strand Flow Way Study • Gum Swamp Agricultural Permit • Gopher Ridge Agricultural Permit • Section 22 Agricultural Permit • Mule Pen Quarry Restoration Plan • Goodlette Road Canal Armoring • L281 Canal Restoration • NE Collier Stormwater Optimization Study 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 (5) 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 $6.5 M (FY 18). Infrastructure improvements built under this program included two (2) major BCB weir structures with both having design and operational criteria developed under his direction. As the BCB's Primary Water Manager, he directed the operations of a flood control and drainage network which consists of 140 miles of canals, 43 control structures, and 2 large pump stations. Under his tenure, his office was instrumental in the BCB Watershed Atlas publication and the Basin -wide Level of Service modeling project, as well as other initiatives with a focus on ecosystem improvements and restoration. During his term at the FDEP, Office of Ecosystem Projects, Mr. Nageon de Lestang was the Department's lead engineer on the technical review of Comprehensive Everglades Restoration Plan [CERP] projects. Operating out of the FDEP West Palm Beach Office, this work included permit reviews, field reviews, and engineering assessment of various Everglades Restoration Projects in Central and South Florida. Projects included the C- 44, C-1 11, Picayune Strand, Southern Crew, C-43 and Kissimmee River Restoration. Mr. Nageon de Lestang was the founding partner and president of Gulfshore Engineering Inc., a firm he directed for nine (9) years. Significant projects undertaken during that period include work on the City of Naples Basin V Stormwater Improvements. As prime consultant on this project, he proposed, and ultimately delivered, a value -engineered and realistic slate of improvements based on achievable budgets by re -designing existing plans and lowering costs by 51 % ($ 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 BMPs 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. Mr. Nageon de Lestang's 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. 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: • Lely Main Canal Extension • Santa Barbara Boulevard Canal • LASIP Phase I B • LASIP Lely Manor North Outfall • LASIP Lely Manor Outfalls 3 & 4 • LASIP Wingsouth Improvements • LASIP County Barn Road Improvements • Immokalee Stormwater Downtown Improvements • Immokalee Stormwater Improvements — Phase II • Wiggins Pass Road Outfall Design - Collier County • Downtown Improvements Project — City of Bonita Springs • Shangri-La Road Regional Drainage Improvements — City of Bonita Springs • Shangri-La Road Extension - City of Bonita Springs • Santa Barbara Blvd 6-Laning - Collier County • Rattlesnake Hammock Road 6-Laning — Collier County • Livingston Road Phase II 6-Laning — Collier County • 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 • 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 • Collier Boulevard Greenway - Collier County • Immokalee Road Greenway - Collier County • South Bayshore Drive Corridor Improvements — Collier County • Radio Road 16" Watermain Extension - Collier County James A. Carr, P.E. Sr. Vice President & Project Engineer Jim Carr has over 28 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 Brent C. Guillot, RLA Vice President, Landscape Architecture Brent Guillot joined Agnoli, Barber & Brundage, Inc. in 2018. With 19 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 Wayne D. Agnoli, P.S.M. Vice President, Surveying Mr. Agnoli began his land surveying career as a survey crew rodman in 1983 when Agnoli, Barber & Brundage was first formed. He was promoted to instrument man and then to survey crew Party Chief. Mr. Agnoli became licensed by the State of Florida as a Registered Land Surveyor in 1994. As a principal and project manager, Mr. Agnoli takes direct responsibility for some of the firm's most complex surveying and mapping projects which include boundary surveys of sectionalized lands, subdivisions, and metes and bounds parcels; land platting; boundary and topographic surveys for engineering design; quantity surveys and hydrographic surveys; record surveys for construction projects, mortgage updates, condominium exhibits and environmental jurisdiction lines; construction layout for underground utilities, roadways, and buildings; photogrammetric control surveys; right-of-way mapping, right-of-way control surveys and right-of-way design surveys; piling geometry and layout for high-rise building foundations. With his 37 years of experience in land surveying, he has proven to be a valuable asset to ABB. Mr. Agnoli's technical knowledge includes proficiency in Maptech Cogo, AutoCAD, AGA-CaiCE, Electronic Field Book Processors (E.F.B.P.) produced by F.D.O.T., AutoDesk LDD, Procogo Geometry software and Leica GPS Systems and software, Trimble GPS Systems, Carlson IntelliCAD. EXPERIENCE: Commercial Construction Control Surveys Surveying services for all phases of commercial development • Gulf Coast Town Center, Naples • Marriott's Marco Island Resort, Marco Island • Seminole Casino Parking Garage, Ft. Lauderdale Roadway Design and Control Surveys Surveying services for all phases of roadway construction including alignment layout, right-of-way taking, control surveys and as -built surveys • Livingston Road, Collier County • Interstate 75, Collier County • Shangri-La Road R-O-W Mapping, Lee County • Old U.S. 41, Lee County Subdivision and Residential Projects Surveying services for all phases of subdivision development including boundary surveys, platting, construction surveying services, as -built surveys, site plan • Collier's Reserve Subdivision Bonita Bay Units 7,10,12,13,15,16,17 & 21 Subdivision Multi High Rise Condominiums for Construction Public Facilities Providing surveying services for municipalities in the Southwest Florida area and beyond • North Collier Regional Park • Collier County Courthouse Annex • Bonita Springs Utilities Water Plant • Collier County Parking Garage No. 2 • Collier County South Regional Library • Children's Museum of Naples (C'MON) • Miami Marlins Stadium George W. Hackney, P.S.M. zurveying uirecto. George Hackney has been working in the Surveying field since 1986 when he first joined ABB. He began his duties as a Survey crew rodman and was later promoted to instrument man and later Survey Crew Party Chief. Mr. Hackney left ABB for the University of Florida in 1991 to pursue a Bachelor's Degree in Surveying and Mapping, returning in 1993 after graduation. As a project Surveyor, Mr. Hackney is responsible for Boundary Surveys of sectionalized lands, subdivisions, and metes and bounds parcels; Topographic Surveys for engineering design, Quantity Surveys; Condominium Surveys and preparation of condominium documents; Hydrographic Surveys; roadway Control Surveys, roadway Design Surveys and Right -of -Way mapping; subdivision planning and construction layout of all phases of subdivision construction, including home sites, utilities, roadways and buildings; Record Surveys/As-Built Surveys; field locations of environmental jurisdictional lines; horizontal and vertical control for aerial photography. Mr. Hackney's technical background includes proficiency in Leica GPS Systems, AutoCAD versions R-12 through 2007, electronic data collection systems and processors, Carlson Surveying Program, Leica Geo-Office GPS software, Trimble GPS Systems. EXPERIENCE: Commercial Development • TownePlace Suites, Naples • Shops of Marco, Marco Island • Bonita Bay Plaza, Bonita Springs • Wal-Mart, Estero Surveying services for all phases of Commercial development including the original boundary survey through construction to the final ALTA survey Roadway Design, Right -of -Way and Control Survey • C.R. 951 — Collier Boulevard, Collier County • C.R. 869 — Summerlin Road, Lee County • C.R. 864 — Rattlesnake -Hammock Road, Collier Country • C.R. 268 - County Barn Road, Collier Country Surveying services for all phases of roadway construction including alignment layout, right of way takings, control surveys and as -built surveys Subdivision and Residential Projects • Carlton Lakes, Naples • Twin Eagles, Naples • Villa Medici, Fort Myers • Spring Run and Copperleaf at The Brooks, Estero • Vanderbilt Reserve, Naples Surveying services for all phases of subdivision development including boundary surveys, platting, construction surveying services, as-builts surveys, site plans Municipalities Mr. Hackney's experience includes providing Professional Surveying Services for Collier County, Lee County, City of Marco and the City of Naples. T����R MAh9 F C SouTH • ! Ill ♦WATER MANAGEMENT ♦ DiSTRICT a y November 8, 2017 Mr. Dominick J. Amico, Jr., P.E., President Agnoli, Barber, & Brundage, Inc. 7400 Trail Boulevard, Suite 200 Naples, FL 34108 Dear Mr. Amico: REGISTERED VENDOR NO.: 102011 CERTIFICATION EXPIRATION DATE November 8, 2020 Congratulations, the South Florida Water Management District (District) has Recertified your firm as a Small Business Enterprise (SBE). This certification is valid for three (3) years and may only be applied when business is conducted in the following area(s): Professional Engineering Services; Surveying and Mapping Services Your submittal of bids or proposals to supply other products or services outside of the specialty area(s) noted above will not count toward SBE participation. If you require certification in other specialty areas, please contact the Procurement Bureau, SBE Section, for additional information. Renewal is required every three (3) years and should be requested a minimum of 45 days prior to the above expiration date. If any changes occur within your company during the certification period such as ownership, affiliate company status, address, telephone number, licensing status, gross revenue, or any information that relates to your SBE Certification status, you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the District's vendor database. We look forward to a mutually beneficial working relationship. Sincerely, Alejandro u n ero Sr. Contract 6ompliance Specialist Procurement Bureau /aq.se 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686-8800 • 1-800-432-2045 Mailing Address: P.O. Box 24680, West Palm Beach, FL 33416-4680 • wwwsfwmd.gov FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY 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. Anoroved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense 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, AA�� X/bff Carliayn Kell Professional Services Qualification Administrator www.fdot.gov �ROBAU &ASSOCIATES J EMILIO J. ROBAU, P.E. MANAGING MEMBER, PRESIDENT, PRINCIPAL ENGINEER EDUCATION: University of Florida Bachelor of Science in Civil Engineering 1 1984 1 REGISTRATIONS AND LICENSES: Civil Engineering Florida #42710 1 1986 1 Civil Engineering North Carolina #029031 12003 1 PROFESSIONAL SOCIETIES: Florida Engineering Society 1986 — Present I National Society of Professional Engineers 1986 — Present I Professional Engineers in Private Practice 1986 — Present. EXPERIENCE SUMMARY REPRESENTATIVE PROJECTS I WATER RESOURCES Immokalee Stormwater Improvement Program Projects I Mr. Robau and Robau and Associates was the prime consultant for the Immokalee Stormwater Improvement Program Projects consulting effort working for the Collier County Board of County Commissioners. The consulting project entailed updating the existing XPSWMM model for the Immokalee community, running the existing conditions scenarios for various storms, mapping the extent of flooding, and analyzing the net improvements caused by a series of projects that are being contemplate by Collier County. Robau and Associates developed schematic designs for proposed improvements. The analysis included estimating water quality treatment quantities for nutrient removal and providing opinions of probable cost for infrastructure construction. The project was completed in 2018. Lely Main Canal Stormwater Improvement Project I Collier County, FL I Mr. Robau is the engineer of record for the design and permitting associated with the relocation and widening of the Lely Main Canal, which is the outfall for a very large upstream watershed discharging in an uncontrolled manner and lowering the local water table. The Lely Main Canal is a phase of a larger watershed improvement plan called the Lely Area Stormwater Improvement Plan. A significant modeling effort addressed onsite stormwater discharge issues, complimented the existing models for the drainage basin served by the canal and included the Harvey Harper methodology for water quality contaminants. The Lely Main Canal required the design of the 1,600 ft. long broad -crested weir to improve upstream drainage in the highly developed areas of the watershed and prevent downstream saltwater intrusion and dewatering of the local groundwater aquifer. Mr. Robau finalized the conceptual design for the Lely Main canal; realigned the routing to provide a more natural watercourse; and designed extensive littoral plantings for water quality enhancement. Griffin Road Filter Marsh — Griffin Road Stormwater Improvement Plan I Collier County, FL I Mr. Robau and Robau and Associates is the engineer of record responsible for providing water quality treatment facilities and replacing a system of ditches and a small canal that provide for a drainage outfall to the stormwater basin with new regulated drainage facilities. The project involves construction of a lake and filter marsh that will improve and provide water quality treatment available for stormwater discharging to Rookery Bay National Estuarine Research Reserve. The project will also entail constructing a long broad -crested weir to control stormwater discharges to the Rookery Bay National Estuarine Research Reserve. This combination of stormwater facilities will replace the existing uncontrolled discharge to Rookery Bay National Estuarine Research Reserve. This project was delayed due to lack of funding. Lely Manor North South Canal I Collier County, FL I Mr. Robau is the engineer of record responsible for the design and permitting of a large canal that is a phase of a larger watershed improvement plan called the Lely Area Stormwater Improvement Plan. The project creates additional water quality treatment for the basin and improves drainage by providing for outfall improvements that reduce the hydraulic grade line in the upstream portions of the canal. The project required similar modeling and permitting efforts already described in the Lely Main Canal project. Big Cypress Country Club and Country Club of Naples Stormwater Retrofits I Mr. Robau and Robau and Associates is the engineer of record and responsible for the development of several alternatives for infrastructure improvements focused on providing a retrofit drainage and water management system for the referenced communities and golf course. During Hurricane Irma the community suffered extreme flooding for a short duration of time that inundated finished floors and caused considerable damage. Robau and Associates utilized XPSTORM to develop a hydrodynamic model and propose a series of stormwater infrastructure improvements that would prevent future finished floor flooding and maintain at least a ten year level of service for the streets. Robau and Associates, LLC 2770 Horseshoe Drive S. Suite 7 Naples, FL 34104 CIVIL ENGINEERING — PROJECT MANAGEMENT — PERMITTING - CONSULTING It�; ROBAU &ASSOCIATES J MATTHEW DEFRANCESCO, P.E. PROJECT MANAGER, CONSULTANT III EDUCATION: Florida Gulf Coast University, Bachelor of Science in Civil Engineering 12010 1 HONORS AND AWARDS: Bundschu Kraft Full Engineering Scholarship, FGCU 2005-2009 Florida Bright Futures Scholar, FGCU 2005-2009, Dean's List LICENSE: Civil Engineering Florida #86640 1 2019 1 PROFESSIONAL SOCIETY: Urban Land Institute 1 2019 1 EXPERIENCE SUMMARY Matthew DeFrancesco is a sixth -year civil engineer who specializes in Water Resources, Transportation, Water and Wastewater Treatment, Project Planning and Regulation, Mining, and Project Management. Through his professional experience, he has developed superior skills in multifaceted engineering design, leadership, communication, customer service, and organization. REPRESENTATIVE PROJECTS I WATER RESOURCES Collier County Discharge Allowances Reduction I Collier County, FL I Mr. DeFrancesco and Robau and Associates researched the impacts of reducing discharge allowances for a typical conceptual commercial site and a conceptual residential community for the Collier County stormwater planning department. The project entailed creating hydrodynamic models for the two conceptual sites, and then executed and observed multiple model runs with varying discharge rates. The effects of the restricted discharge, primarily an increase of fill on a site, were quantified and presented via a cost analysis in order to ascertain the financial impacts of additional discharge regulations to the regulated community. The model results and cost analysis were ultimately presented to the Board of Collier County Commissioners, and the restricted discharge allowance ordinance was approved. Griffin Road Area Stormwater Improvement Plan I Naples, FL I The purpose of this project was to provide schematic designs for stormwater infrastructure focused on providing an additional level of service for stormwater treatment and management in a basin that experiences flooding during the rainy season. Mr. DeFrancesco assisted in recreating an existing -conditions hydrodynamic model for a 450-acre basin in Naples, Florida designated as the Griffin Road area basin. The existing conditions model was modified to simulate multiple infrastructure improvement projects including pipe and control structure modifications, pond additions, and pumping scenarios. The predicted peak stages and flow results for the model were used to compare several different iterations and infrastructure improvements. Schematic designs for the infrastructure improvements were developed. Opinion of probable costs were prepared for each project. A nutrient loading analysis for the existing conditions, and corresponding treatment after pond additions were calculated and reported utilizing Harvey Harper's "Evaluation of Current Stormwater Design Criteria with the State of Florida." Mr. DeFrancesco as project engineer developed and supervised all the work for the project. Immokalee Master Stormwater Plan I Immokalee, FL I The consulting project entailed updating the existing XPSWMM model for the Immokalee community, running the existing conditions scenarios for various storms, mapping the extent of flooding, and analyzing the net improvements caused by a series of projects that are being contemplated by Collier County. Mr. DeFrancesco directed sub -consultants in the updating of an existing XPSWMM hydrodynamic, existing -conditions hydrodynamic model for the 17,689-acre City of Immokalee stormwater basin. Mr. DeFrancesco supervised and provided quality control and quality assurance services for the model update. Thereafter Mr. DeFrancesco was responsible for verifying existing model input data and updating model input to include infrastructure improvements that were completed since the previous model version. Several stormwater improvement projects were modeled in different areas of the City that produced significant increases in the levels of drainage service. Opinions of probable cost and a nutrient loading analysis were also completed for relevant projects. Bonita/Imperial River Diversion I Naples, FL I Mr. DeFrancesco assisted in the review of proposed stormwater improvements that includes the diversion of approximately 200 cfs of stormwater from the Imperial River Basin to the Cocohatchee River Basin. The scope of services included the review of SFWMD, Lee County, and City of Bonita Springs water management reports and permits. Mr. DeFrancesco assisted in supervising sub consultants reviewing the MIKE SHEE/11 LOS model. Robau and Associates, LLC 2770 Horseshoe Drive S. Suite 7 Naples, FL 34104 CIVIL ENGINEERING — PROJECT MANAGEMENT — PERMITTING - CONSULTING .M OF OFn O 0 UP qp OD 173 CL on U- co 0 0 N 00 0 0 .SX a n" RALPH VERRASTRO, PE BRIDGING SOLUTIONS Ralph Verrastro, PE specializes in the design, inspection, evaluation, technical supervision, and quality assurance/quality control for new and rehabilitation bridge projects. He graduated with a BS in Civil Engineering from Cornell University in 1976. His career includes bridge design experience throughout the United States and he is a registered Professional Engineer in 37 states. Mr. Verrastro is a technical expert in the use of fast track repair/replacement methods using prefabricated bridge components also known as Accelerated Bridge Construction. He frequently provides technical presentations on engineering topics at industry conferences including the International Bridge Conference. Mr. Verrastro is the past President of the FES Calusa Chapter, past State Director, past Zone VI Vice President and current ACEC-FL Region 6 Director. In 2018, Mr. Verrastro was selected to receive the statewide Engineer of the Year Award by the Florida Engineering Society. The following projects are examples of bridge engineering experience by Mr. Verrastro with Bridging Solutions: Miscellaneous Bridge Engineering Services, Collier County, FL — Bridging Solutions performed "on -call" bridge engineering services under a continuing professional services contract. Performed reviews of the Florida Department of Transportation (FDOT) Bridge Inspection Reports to determine if action is required by the County Bridge Maintenance crews or a contractor. Performed inspections of the bridges, as necessary, to better understand the conditions reported by FDOT. Prepared reports that summarize the recommendations. Provided peer reviews of the County's bridge maintenance program and provide opinions related to the priority of the on -going bridge maintenance and replacement program. Provided peer reviews of other consultant's design reports, recommendations or design plans related to bridge repair or replacement projects. Bridge Program Study Report — Phase 4, Collier County, FL - This project involved the inspection and evaluation of 66 bridges for Collier County, Florida. The bridge types included box culverts, prestressed concrete slab, prestressed AASHTO beam, and prestressed tee beam type bridges. They varied from simple single spans over 20 feet to complex multi span bridges over 500 feet long. We prepared a report that summarized the inspection findings and provided recommendations for repair and/or replacement of the bridges. The recommendations also included a proposed sequence and prioritization of the bridge repairs and replacements. Collier County is currently using the recommendations included in the report as a tool for planning their future bridge repair and replacement program. Livingston & Immokalee Road Intersection Improvements, Collier County, FL — Bridging Solutions prepared the preliminary and final design plans for the construction of a 4 sided continuous mast arm structure and concrete foundations to support traffic signals at this intersection to replace an outdated span wire system. Lely Branch Canal Water Control Structure, Collier County, FL - This project included the design of a reinforced concrete weir for the Lely Branch Canal near Rattlesnake Hammock Road. A seepage preventing sheet pile wall was designed under the weir gate supporting structure based on the results of a comprehensive seepage analysis. The structure was designed to support the hydraulic pressure behind the weir with adequate factor of safety against sliding and overturning. Ann Olesky Park Fishing Pier, Immokalee, FL - Bridging Solutions prepared the final construction drawings and specifications for the replacement of the fishing pier at Ann Olesky Park on Lake Trafford in Immokalee, Florida for the Collier County Parks and Recreation Department. The new fishing pier consists of pressure treated timber stringers supported on pressure treated timber pile bents. The deck boards and railing components were constructed using Ipe, a Brazilian hardwood. Low level LED lighting fixtures were incorporated into the railing system and LED spot lights were mounted on the roof fascia boards. The roof system consists of pressure treated timber trusses, plywood deck with metal standing seam roof panels. We design bridges to fit your site and budget. ROLANDO CORSA, PE !1 BRIDGING SOLUTIONS it Mr. Corsa has been a bridge engineer since 2000 and is currently a Senior Bridge Engineer with Bridging Solutions, LLC. After graduation from University of South Florida in 2000, his experience in bridge engineering has involved: the design of new bridges and transportation signal/sign structures; inspection and rehabilitation of existing bridges; and the inspection and load rating of bridges per FDOT requirements. He is also a Certified Bridge Inspector (CBI). His new bridge design experience has included simple and complex superstructure types including: 3 and 4 sided concrete box culverts, simple and continuous concrete slabs, simple and continuous composite steel rolled beams and welded plate girders, steel trusses, precast concrete arch elements, prestressed adjacent slab units with transverse post tensioning for simple spans, prestressed concrete composite AASHTO and FL I beams. His new transportation signal structure design experience includes mast arms and strain poles supported on drilled shaft and spread footings. His rehabilitation design experience has included the in-depth inspection, load ratings and preparation of rehabilitation plans for bridge superstructure types that included: steel rolled beams, welded plate girders, simple and continuous steel through and pony trusses, filled spandrel concrete arch bridges, concrete tee beams, concrete slabs, prestressed concrete slab beams, prestressed channel and tee beams, prestressed concrete AASHTO beams. He has experience designing and rehabilitating substructure types that have included: cantilever abutments on spread and pile foundations, gravity abutments on spread and pile foundations, end and intermediate bents with cast in place caps and prestressed piles, hammerhead type piers, solid shaft piers on spread and pile footings. His experience on traffic and sign structures has included mast arm and span wire assemblies on drilled shaft and spread footings and truss sign structures on drilled shafts. The following listing of projects are examples of experience as a Project Manager/Engineer by Mr. Corsa: Miscellaneous Bridge Engineering Services, Collier County, FL — Bridging Solutions performed "on -call" bridge engineering services under a continuing professional services contract. Performed reviews of the Florida Department of Transportation (FDOT) Bridge Inspection Reports to determine if action is required by the County Bridge Maintenance crews or a contractor. Performed inspections of the bridges, as necessary, to better understand the conditions reported by FDOT. Prepared reports that summarize the recommendations. Provided peer reviews of the County's bridge maintenance program and provide opinions related to the priority of the on -going bridge maintenance and replacement program. Provided peer reviews of other consultant's design reports, recommendations or design plans related to bridge repair or replacement projects. Provided on -call inspection and/or testing of bridges and contiguous structures as assigned by the County. Bridge Program Study Report — Phase 4, Collier County, FL - This project involved the inspection and evaluation of 66 bridges for Collier County, Florida. The bridge types included box culverts, prestressed concrete slab, prestressed AASHTO beam, and prestressed tee beam type bridges. They varied from simple single spans over 20 feet to complex multi span bridges over 500 feet long. We prepared a report that summarized the inspection findings and provided recommendations for repair and/or replacement of the bridges. The recommendations also included a proposed sequence and prioritization of the bridge repairs and replacements. Collier County is currently using the recommendations included in the report as a tool for planning their future bridge repair and replacement program. Livingston & Immokalee Road Intersection Improvements, Collier County, FL — Bridging Solutions prepared the preliminary and final design plans for the construction of a 4 sided continuous mast arm structure and concrete foundations to support traffic signals at this intersection to replace an outdated span wire system. Lely Branch Canal Water Control Structure, Collier County, FL - This project included the design of a reinforced concrete weir for the Lely Branch Canal near Rattlesnake Hammock Road. A seepage preventing sheet pile wall was designed under the weir gate supporting structure based on the results of a comprehensive seepage analysis. The structure was designed to support the hydraulic pressure behind the weir with adequate factor of safety against sliding and overturning. We design bridges to fit your site and budget. FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY January 29, 2020 Ralph Verrastro, Principal BRIDGING SOLUTIONS, LLC 15863 Secoya Reserve Circle Naples, Florida 34110 Dear Mr. Verrastro: 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 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until January 29, 2021 for contracting purposes. 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, z�Aff Carliayn Kell Professional Services Qualification Administrator www.fdot.gov !a FORGE F N A I N F F R I N ew 12 INNOVATIVE ENGINEERING SOLUTIONS RESUME 2019 Richard P. Lundberg, P.E. Registered Professional Engineer PROFESSIONAL REGISTRATIONS: • Florida, Number 42644, Civil Engineering EDUCATION: • Bachelor of Science Civil Engineering, 1985, University of Massachusetts, Amherst • Somerville Vocational Technical High School, 1975, Construction EMPLOYMENT: • 1997 - Present: Vice President/Principal Engineer; Forge Engineering, Inc., Naples, Florida. • 1993 - 1997: Senior Engineer; Law Engineering and Environmental Services, Inc., Naples, and Fort Myers, Florida. • 1988 - 1993: Senior Engineer/Office Manager; Jammal & Associates, Inc./ PSI Winter Park & Naples, Florida. • 1985 - 1988: Staff Engineer; Goldberg, Zoino & Associates, Inc. Bridgeport, Connecticut. • 1975 — 1979: Sergeant, Carpenter Specialist, United States Air Force, California, South Korea, New York. • 1974 - 1985: Various jobs including pattern maker, rough/finish carpenter, billiard mechanic, equipment operator, and facility caretaker. EXPERIENCE: • Project Engineering on more than 2,000 geotechnical explorations throughout Florida and Massachusetts. • Geotechnical Project Engineer on dozens of Florida Department of Transportation (FDOT) bridge and roadway projects. • Project Management of over 1,000 construction materials projects ranging from small single -story buildings to large airport additions. Construction costs ranged from $200,000 to $55 million. • Extensive experience with construction materials, geotechnical, and facilities engineering. CERTIFICATIONS/TRAINING: • Building Inspector, Southern Building Code Congress International • Geotechnical and Materials Engineering Conference, GMEC • Government Contracting • Various Geotechnical Webinars • Various Project Management, Seminars PO Box 113040 — Naples, FL 34108 - 239.514.4100 — Fax 239.514.4161 www.ForgeEng.com is FORGE ENGINEERIksuim INNOVATIVE ENGINEERING SOLUTIONS RESUME December 2019 Robert J. McGinnis, P.E., MBA Registered Professional Engineer PROFESSIONAL REGISTRATIONS: • Professional Engineer, State of Florida, License No. 86581 • Standard Inspector, BN No. 6953 • State of Florida Water Well Contractor License No. 11369 EDUCATION: • Master's in Business Administration, 2016, Florida Golf Coast University • Bachelor of Science Civil Engineering and Environmental Engineering, 2014, Florida Golf Coast University EMPLOYMENT: • July 2018 — Present: Project Engineer; Forge Engineering, Inc., Naples, Florida. • May 2014 — July 2018: Staff Engineer; Forge Engineering, Inc., Naples, Florida. • May 2013 — May 2014: Engineering Tech; Forge Engineering, Inc., Naples, Florida. EXPERIENCE: • Project engineer on hundreds of geotechnical explorations throughout Florida. • Provided foundation design for geotechnical reports on several projects ranging in size from single -story buildings to 22-story high-rise structures. • Preformed soil laboratory testing to determine natural moisture content, gradation of soil samples, organic content, pH of soils, and carbonate content of soils. • Completed shallow geotechnical explorations for various Collier County Parks and Recreation projects. • Proficient in completing Double Ring or Falling Head infiltration testing. • Completed several roadway and utility improvement projects including the replacement or new design for construction of sanitary and storm sewer projects. • Conducted flow net analysis for the replacement of a weir structure. • Experience with well permitting and permitting for geotechnical explorations in environmentally sensitive areas. PO Box 113040 - Naples, FL 34108 -- 239.514.4100 - Fax 239.514.4161 www.ForgeEng.com 1_�� FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THISAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY August 14, 2019 Richard Lundberg, Vice President FORGE ENGINEERING, INC. Post Office Box 113040 Naples, Florida 34108 Dear Mr. Lundberg: 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 9 - Soil Exploration, Material Testing and Foundations 9.1 - Soil Exploration 9.4.1 - Standard Foundation Studies Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until August 14, 2020 for contracting purposes. 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. CBHK/kw Sincerely, Carliayn Kell Professional Services Qualification Administrator www.fdot.gov 71 Andrew Woodruff Vice President & Senior Ecologist Vice President and Senior Ecologist for Passarella & Associates, Inc., an ecological consulting firm providing environmental and ecological services. Services include state, federal, and local permitting; agency negotiations; environmental impact assessments; ecological assessments; listed species surveys, permitting and relocation; state and federal wetland jurisdictionals; wetland mitigation design, permitting and construction observations; wetland mitigation banking management, design, permitting and construction observations; and environmental project management. REPRESENTATIVE PROJECT EXPERIENCE AGRICULTURE Big Cypress Stewardship District, Collier County FFD MEPD, Lee County Treeco Palm Nursery, Lee County COMMERCIAL & RESIDENTIAL DEVELOPMENT Bonita East 300, Lee County Stonewater, Lee County Estates at Entrada, Lee County The Loop, Charlotte County Sabal Bay, Collier County SR 846 Land Trust, Collier County Aqua Pelican Isle Yacht Club, Collier County Punta Rassa CPD, Lee County Collier's Reserve, Collier County Mockingbird Crossing, Collier County MARINE New River Yacht Club, Broward County Sanibel Causeway Span A, Lee County Gasparilla Island Bridge Authority Boca Grande Swing Bridge, Charlotte County Hideaway Beach Renourishment and Erosion Control, Collier County Honeymoon Island and Hurricane Pass, Pinellas County Imperial River Bridge Replacement, Lee County MINING East Naples Mine, Collier County Charlotte County Mine, Charlotte County OIL EXPLORATION Nobles Grade 3D Seismic Survey, Collier County WETLAND MITIGATION BANKS Corkscrew Regional Mitigation Bank, Lee County Jack's Branch Wetland Mitigation Bank, Hendry County Little Pine Island Wetland Mitigation Bank, Lee County OTHER Haman Ranch, Hendry County Lely Area Stormwater Improvement Project, Collier County East County Water Control District San Carlos Flow -Way, Lee County EXPERIENCE Vice President and Senior Ecologist Passarella & Associates, Inc. (August 1997 - Present) Ecologist Kevin L. Erwin Consulting Ecologists, Inc. (December 1992 - August 1997) EDUCATION Master of Science, Environmental Engineering 1993 Major: Aquatic Science University of Florida, Gainesville, Florida Bachelor of Science, Biology 1989 Emory University, Atlanta, Georgia CERTIFICATIONS Certified Professional Wetland Scientist, Society of Wetland Scientists Certified Wetland Delineator, U.S. Army Corps of Engineers Certified Prescribed Burn Manager, Florida Division of Forestry Natural Areas Management, Natural Areas Training Academy Qualified Mitigation Supervisor, Florida Department of Environmental Protection PROFESSIONAL ASSOCIATIONS Florida Association of Environmental Professionals Local Board of Directors (1991 - 1996) Society of Wetland Scientists Coastal Conservation Association U.S. Power Squadron San Carlos Bay Chairman Environmental Committee (1999) Calusa Nature Center and Planetarium Board of Trustees (2007) IWPASSARIELLA E.'°8igu & SSOCIATES z Offices in Florida and South Carolina 13620 Metropolis Avenue • Suite 200 • Ft. Myers, FL 33912 1 363 Wando Place Drive • Suite 200 • Mt. Pleasant, SC 29464 www.passarella.net `N Eil W • C OW t0' I- 00 B RA I a. ct cz a w � � a � U U Yvonne Ayala McClellan 10Q10 Bilingual Public Relations, Public Involvement and Community QUEST CORPORATION OFAMERICA Engagement Specialist Experience —12 Years Yvonne McClellan is a bilingual public relations, public advocacy and community engagement specialist with 12 years of experience in public and media relations, dialogic communication, community engagement, marketing, social media, and event coordination. Ms. McClellan has conducted market research studies to better understand public perception on community issues and has used the findings to develop results -driven community engagement and public information campaigns. She has excellent communication skills and has served as a spokesperson representing public sector agencies with media, county commission and city council leadership. Throughout her career, Ms. McClellan has proven to be successful in developing targeted public engagement and information campaigns to educate stakeholders and to build consensus for each of her projects. She has a strong background in writing, developing public information materials that position complex messages for community understanding, and managing projects from conception through completion. A former journalist, she is also fluent in English and Spanish and works seamlessly in all communities to provide concise, informative project messaging and branding. Ms. McClellan prides herself on her work ethic, teamwork, and desire to exceed expectations. RELEVANT PROJECT EXPERIENCE Collier County CEI Services for Public Utility Renewal Program, Branding, Community Awareness & Website Maintenance Project Marketing and Community Engagement I Collier County, FL (2015 — Present) Working closely with the county and prime contractor project teams, Quest executed the design, development and quality control of the project brand identity, brand messaging and all public information -related collateral. This multi -phased utility construction project includes a logo, project card and a website at www.CollierPUR.com. Additional public information collateral includes public meeting signage and project fact sheets as well as a community awareness plan. Ms. McClellan supports this project as Quest maintains the project website, adding and revising updates regarding progress of work completed for stormwater, wastewater and other improvements in each of the basins, including Basin 101, Basin 305, and Basin 306. Collier County Public Utilities Renewal Program (Basin 305 — MPS 308 FM) Naples, FL (2019 — Present) Quest supports public information initiatives for Collier County's Basin 305 — Master Pump Station 308 Force Main program, a large- scale wastewater utility repair and replacement program east of Naples. Quest supports preparation of a stakeholder database, coordinates media relations, writes press releases, logs and responds to public input via a 24-hour project hotline, provides information for and updates the project website, organizes and develops materials for a construction open house, coordinates with HOAs in the project limits, and creates and distributes project information. Collier County, Public Utilities Renewal Program (Basin 306) Naples, FL (2017-2018) Quest led public information efforts for a large-scale water utility repair and replacement program in Collier County. This program improves wastewater service to large, heavily populated portions of Collier County and laid the infrastructure foundation for future growth in the region. The program is comprised of three main project areas, each with its own CEI, FOR and contractors. Quest has been responsible for public information initiatives for the Basin 306 program in East Naples, handling and cataloguing public input to the 24-hour project hotline for community concerns, providing updates for the program website, organizing and/or providing information at neighborhood meetings, and creating and distributing program information. City of Cape Coral Nicholas Parkway West Access Management and Waterline Design Project Community Engagement and Outreach I Cape Coral, FL (2019 — 2020) Ms. McClellan developed and managed community engagement activities for this multi -faceted design project, which includes access management and replacement of the underground waterline along Nicholas Parkway between Santa Barbara Boulevard and Pine Island Road. Ms. McClellan was responsible for overseeing the planning of all aspects of community engagement: approving project website copy, supporting development of a database of impacted stakeholders, leading creative efforts in developing outreach collateral and public meeting materials, coordinating public meeting logistics, approving project news releases, and responding to stakeholder and media inquiries. US 41 and Fruitville Road Roundabout I City of Sarasota Community Engagement and Public Information I Sarasota, FL (2019 — Present) Provides public information services for the City of Sarasota's US 41 and Fruitville Road Roundabout project, which will improve connectivity, access, and safety for pedestrian, bicycle, and vehicular traffic flow and operations. This project will also enhance stormwater flow and provide greater, much -needed relief to that area of the city that is flood prone with heavy rains. In her role, Ms. McClellan develops programming to enhance public awareness, including organizing a public meeting and developing project information flyers and e-newsletters. She builds consensus for the project, educates the public about the improvements the project brings to the corridor and how to navigate a two-lane roundabout, provides construction updates, and maintains a project website and information hotline. US 41 Venice Bypass I Florida Department of Transportation (FDOT) District One Community Engagement and Public Information I Venice, FL (2019 — Present) Provides public information for this Florida Department of Transportation roadway widening project in Venice, that includes significant stormwater improvements along a one -mile stretch of US 41. This project is widening US 41 from Center Road to Gulf Coast Boulevard from a four -lane to a six -lane highway, and includes replacing traffic signals, installing new pavement markings and signage, installing concrete curb, sidewalks, improving new drainage, and installing new highway lighting. In her role, Ms. McClellan works with the many businesses and stakeholders in this heavily traveled corridor that also serves as a hurricane evacuation route. She meets with them one- on-one regarding their questions and concerns about the project and ongoing construction, raises awareness about the improvements the project brings to the corridor, coordinates notifications to stakeholders regarding changes to business access, monitors a project information line and email, provides quarterly newsletters on completed milestones in the project and provides Road Watch updates. Florida Department of Transportation (FDOT) District One Community Engagement and Public Information I DeSoto, Glades, Hardee, Hendry, Highlands and Okeechobee Counties, FL (2017) Ms. McClellan served as the in-house community engagement specialist, fostering a two-way flow of communication to educate stakeholders, hear their concerns, and encourage community awareness and support for construction projects as part of this districtwide contract. Her responsibilities included marketing and outreach to neighboring communities and businesses, organizing and facilitating public and community meetings and workshops, designing and distributing project information flyers, preparing traffic advisories, staffing a 24-hour hotline for community concerns, maintenance of information on the department's website and drafting citizen concern responses. Florida Department of Transportation, District One, US 41 Design Project in Sarasota County Community Engagement and Outreach I Osprey, FL (2017— 2019) Ms. McClellan supported public involvement and community engagement efforts for the US 41 Design Project in Sarasota County from Blackburn Point Road to McIntosh Road, which includes median modifications and widened bike lanes and sidewalks on either side of the roadway to improve the safety of multimodal transportation on US 41. In her role, Ms. McClellan developed programming to enhance public awareness and discussion about the proposed design changes, developed project information flyers, and supported public hearings and meetings. Collier County East of CR 951 Bridges Study Naples, FL (2020 — present) Quest is leading public information efforts for a large-scale bridge study in Golden Gate Estates Area. This study brings significant connectivity improvements to enhance the flow of traffic and provide greater access to the community and to emergency responders in navigating around the Golden Gate Estates area and to and from the greater Naples area. Quest is organizing a series of public meetings to inform stakeholders about the proposed bridges, share an anticipated timeline for design and construction, share information about the components the finished bridges will include and the benefits they will bring to the area. Collier County East Naples Community Development Plan Naples, FL (2020 — present) Quest is leading public engagement efforts for the East Naples Community Development Plan which aims to identify the needs for future development and growth in the East Naples area. A crucial component of the study is input from the community to establish a baseline of what the community needs and wants in the area that can inform future land development code and uses in the community. The study area primarily surrounds the corridors of Airport -Pulling Road to the west, US 41 to the south, CR 951 to the east and Davis Boulevard to the north. Quest is conducting community outreach at local venues to raise awareness about the study and encourage participation, and includes development of an e-newsletter, development of an e-mailing distribution list, facilitating stakeholder concerns about the plan, supporting a public meeting about the study, and media relations for the study. City of Cape Coral SE 471h Terrace Utility, Streetscape and Roundabout Design -Build Project Community Engagement and Outreach I Lee County, FL (2017 — 2019) Ms. McClellan managed community engagement services for this high -profile utility improvement and streetscape construction project along SE 47th Terrace from Coronado Parkway to SE 15th Avenue in downtown south Cape Coral. She served as the lead community engagement liaison responsible for developing a marketing campaign and stakeholder engagement strategy as well as conducting two public meetings during the design phase to build consensus for the project. In her role, she created impactful collateral and FAQs to disseminate project information, developed content for a project website and engaged the community via a project Facebook profile, developed eye-catching and impactful project progress videos and hosted pop-up information engagement events at several of the businesses throughout the project limits and over the life of the construction project. In addition, Ms. McClellan maintained the project database and project hotline, conducted media relations, and communicated with diverse communities and businesses to facilitate project concerns from stakeholders. The project includes water, sewer, reclaim, stormwater, and conduit for electrical as part of the underground utility improvements to prepare for future growth of the downtown area. Additionally, the above -ground streetscape improvements enhance safety and convenience for walkers, cyclists and motorists, while beautifying the district and increasing its appeal as an entertainment destination. EDUCATION • Completed Coursework towards Masters in Journalism, University of Florida • Bachelor of Arts in English, University of Florida CERTIFICATIONS • FDOT Construction Safety Awareness • FDOT Public Involvement and Plans Reading Training State of Florida Department of State I certify from the records of this office that QUEST CORPORATION OF AMERICA, INC. is a corporation organized under the laws of the State of Florida, filed on August 25, 1995. The document number of this corporation is P95000066089. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 25, 2020, 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 Twenty-fifth day of February, 2020 Secretary of State Tracking Number: 4932648583CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.org/Filings/CertificateOfStatusICertificateAuthentication M g P u_ a U c 0 ` • �--� 4 o P N r u� p b a� ° ct Gwl I L.0 � oWW cm o r� c Florida Department of Transportation Construction, Maintenance, & Other Contractual Services Small Business Detail for: QUEST CORPORATION OF AMERICA, QUEST CORPORATION OF AMERICA, 17220 Camelot Ct. 866-662-6273 diane.hackney@qcausa.com Land O'Lakes, FL 34638 *DBE Diane Hackney Activities or Specialty Areas: Other Activities Related to Real Estate , Certified Public Accountants , Other Computer Related Services , Computer Facilities Mgmt. Services , Administrative and General Management, Administrative & General Management, Human Resouces Consulting Services , Other Management Consulting Services , Energy Consultant Services , Economic Consultant Services , Public Relations Agencies/Services , Technical Services Related to CEI , Temporary Help Services , Prof. & Mgmt. Development Training Svcs. , Educational Support Services Counties of Interest: Alachua , Baker, Bay , Bradford , Brevard , Broward , Calhoun , Charlotte , Citrus , Clay , Collier, Columbia , Dade, DeSoto , Dixie, Duval , Escambia , Flagler, , Franklin , Gadsden , Gilchrist, Glades , Gulf, Hamilton , Hardee , Hendry , Hernando , Highlands Holmes , Hillsborough , Indian River, Jackson , JEFFERSON , Lafayette, LAKE, LEE , LEON , Levy, LIBERTY, MADISON , Manatee, MARION , Martin, MONROE , Nassau, OKALOOSA , Okeechobee, ORANGE, OSCEOLA , PALM BEACH, Pasco, Pinellas, POLK , Putnam, SANTA ROSA , Sarasota, Seminole, St. Johns , St. Lucie , Sumter, Suwannee , Taylor, UNION , Volusia . WAKULLA CERTIFIED MINORITY BUSINESS ENTERPRISE Evaluation Criteria 2: Certified Minority Business Enterprise Agnoli, Barber & Brundage, Inc. is certified as a small business entity by both FDOT and SFWMD; however, we are not currently certified as a Minority Business Enterprise by the State of Florida. Our Subconsultant Robau and Associates, L.L.C. is a certified Minority Business Enterprise. In addition, our Subconsultant, Quest Corporation of America, Inc. holds a Woman Business Certification issued by the Florida Office of Supplier Diversity and an FDOT Certificate of Eligibility as a Disadvantaged Business Enterprise (DBE). Minority Business Certification Robau and Associates, L.L.C. is certified under the provisions of 287 and 285.197. Florida Stanites, for a period from: 11/08/2018 t0 11/08/2020 �E—�`� Florid. D.P.r— of ho-0 15-- �'` UfrCC Ui S1J11niiCr �'y 1)1111i�1IY Orr -a 5.pp-N—f -4M Espy %%*,.—w•iMtrrue,ILn M•Ifa-W—i •+nm.amsMbrW.cwnYpd i BRAN ARD � AIERURIANi10 , 6 � { AVIAVIhSPONAVIHdOtt ® ure5 q e� M�Pwna Disadvantaged Business Enterprise (DBE) Certificate of Eligibility QUEST CORPORATION OF AMERICA INC MEETS THE REQUMEMENTS OF 49 CFR, PART l6 APPROVED NATCS CODES: 541611.51820 shre� D86 & Sxeofl 8us/nar De.elopmenr.Uonagu Florida Department ofTransportadon gan Nampa W.Antepntional _ tP tta Woman Business Certification Quest Corporation of America, Inc. Is certified under the provisions of 287and 295.187. Florida Statutes, for a periodfmm: 12/10/2019 12/10/2021 E"Nbda Uryartmmc o4?Iemyemevs5ecr;q. OIR¢Of SipplW�Mrsiy MANAGEMENT drso E,aww.w.e3eo Ta�hlroee El33399 SERVIGES PAST PERFORMANCE Evaluation Criteria No. 3: Past Performance 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 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. Gordon River Improvements Master Plan Client: Collier County Stormwater Management Contact: Jerry Kurtz, P.E., (239) 252-5860, Gerald.Kurtz@colliercountyfl.gov Cost: $163,000 (ABB Fees); Change Orders: 0 Duration: April 2017 to December 2018 ABB was hired by Collier County to develop a master plan of stormwater improvements for the Gordon River Extension (GRE) in Collier County. The GRE originates north of the Pine Ridge industrial complex and runs southward to Golden Gate Parkway where the natural Gordon River then commences and outfalls to Naples Bay. The GRE is the main conveyance of stormwater discharge for various developments in western central Collier County. The purpose for this phase of planning was to provide a future improvement master plan guidance document. This plan included development of initiatives necessary to improve the flood protection level of service for challenged areas within the watershed such as the Country Club of Naples, Forest Lakes, the Pine Ridge Industrial Park and Poinciana Village. The plan also included surface water and stormwater runoff water quality improvements targeting upstream flows prior to discharge into the sensitive tidal receiving waters of the lower Gordon River (Gordon River), Naples Bay, and the Gulf of Mexico. Permitting was excluded. The Master Plan included a prioritized list of identified improvement projects developed through conceptual design status. Individual improvement project conceptual design status included: conceptual level modeling results (developed based upon the Existing Conditions XP-SWMM model), additional rights -of -way or real estate needs including access provisions for perpetual system operations and maintenance, an estimated completion timeframe/schedule, and a conceptual level engineer's opinion of probable cost. A report and master plan exhibits of recommendations and modeling results were prepared. The report and master plans are organized based upon each waterway segment. LelvArea Stormwater Improvements Proiect fLASIP Client: Collier County Stormwater Management Reference: Jerry Kurtz, P.E., (239) 252-5860, Gerald.Kurtz@colliercountyfl.gov Cost: $3,112,047 (ABB Total Fees), Change Orders: 0 Duration: 2007 to 2018 LASIP consists of improvements to an existing drainage system for an 11,100-acre East Naples area which formed the major portions of the former Water Management District No. 6 area. The LASIP area is generally bounded on the north by Radio Road, on the east by C.R. 951, on the west by an existing FP&L easement located approximately a 1-1/2 miles west and parallel to Airport -Pulling Road, and along the south by wetlands associated with Naples Bay and Rookery Bay. Although the project had some water management improvements, it generally suffered from a lack of a comprehensive outfall system and design. Agnoli, Barber, and Brundage's project purpose was to lower the flood elevations and to reduce the duration of peak stages while providing as much water quality improvement and recharge as possible. ABB's careful design of the project has avoided wetland impacts where possible and minimized unavoidable wetland impacts to the maximum extent practicable, while still meeting the overall project purpose. ABB was responsible for the overall permitting of the LASIP master system which includes a watershed of 17.3 sq miles draining into the sensitive Rookery Bay estuary. The main component of this permitting was the SWMM model prepared which demonstrated flood control improvements, water quality enhancements, and environmental benefits. Overall Conceptual Permits for the project were obtained from the South Florida Water Management District, Army Corps of Engineers with consultations from the Florida Wildlife Commission and US Fish and Wildlife Service. Since the ACOE does not issue conceptual permits, their permit was actually a construction permit with significant detail to enable compliance with the 404 permit process. These permits laid out the various basin wide improvements which were intended to be built over a 5- to 10-year period in phases. ABB was issued various work orders for the design and construction level permitting of the phased improvements, which included a full range of engineering improvements to the master system and drainage network. Projects proposed and undertaken include canal conveyance improvements, stormwater piping, control structures consisting of fixed crest weirs with operable gates, armoring, bridges and outfall spreader systems. Since this was a geographically large and diverse project, Collier County issued a number of work orders to a pool of consultants for the design of separate elements of the project. Due to the number of consultants working on different elements of the project and the staffing capabilities of County staff, ABB was charged with the responsibility of being the custodian of the master permit. This task involved review of all designs performed by the other consultants to verify compliance with the system design concept as well as operational standards deemed necessary by the Collier County Stormwater Department. We are also charged with overall permit certification to permitting agencies including SFWMD, ACOE, and Collier County GMD. The project is nearing completion now and has been a great success story for the County. Flooding has been reduced, over drainage has been curtailed and environmental benefits are now being realized through higher quality discharges to estuarine systems and re -hydration of various slough systems throughout the basin. A map with details of the individual LASIP projects completed by Agnoli, Barber & Brundage follow. fl"CK0 .... ABARR13RR 4- Lely Area Slormwater Improvement P rol ect (LAS I R) .U.N.&UNDAU. i.,. ABB Projects I- darts Blvd I V Ph;seld Santa Barbara Canals LASIP dL MM"n Park RotiVoodcc LASIP yerN th Airpark Irnprovemenla PN, IA W* Phase 1 BN .-4 LelyManorCanalkVRst wy main Carid um�,Dfl Mnake Hammock Rd. icy OuHall North Sedon f Aw I L Bay LASIP County Barn Road Incorporated LASIP drainage improvements into the County Barn Road safety improvement project. The length of the project was 2 miles from Davis Boulevard (SR 84) to Rattlesnake Hammock Road. Major drainage improvements included 2 miles of ditch improvements on the east side of the roadway, 3,600 LF of pipe sized 36" or greater, 2,300 LF of 8'x4' concrete box culvert and a 60'wide concrete weir structure with (2) 5'x5' sluice gates. LASIP Santa Barbara Canals The canal project was built under our construction contract with the Santa Barbara Boulevard Extension from Davis Blvd. (SR 84) to Rattlesnake Hammock Road. The project consisted of 3,000 LF of new canal, 62' wide with a maintenance path. 120 LF of 4'x8' box culvert and 168 LF of 5'x10' box culvert was constructed under side roads. Three 23' wide control structures were constructed with (2) 3'x'3 sluice gates. Royal Wood Country Club LASIP Culverts This project is located directly downstream from the LASIP Santa Barbara Canals. The existing drainage system within the golf course had to be modified in order to accept increased flow from the new canals to the north as well as address some historical flooding issues that the community had experienced. A total of 7 crossings were increased by adding 140 LF of 8'x4' concrete box culvert and 385 LF of dual 8'x4' box culvert. Other improvements consisted of a 35' wide concrete with (2) 5'x5' sluice gates and 1,200 LF of canal was widened to 60'. Lely Main Canal Extension This project received outfall from both the County Barn Road and Royal Wood Country Club projects. Approximately 1 mile of canal was improved to 80' in width as well as the addition of an adjacent maintenance path. A triple 10'x'4 concrete box culvert was added under Doral Circle. This box culvert was connected to a 60' wide concrete weir structure with (2) 5'x5' sluice gates. Lely Branch Canal Phase 1A The canal improvement consisted of widening 1 mile of canal to 60' in width along with the addition of a maintenance path. Due to right-of-way restrictions, a portion of the canal bank was constructed with gabions. 50 LF of 8'x 4' box culvert was added to accommodate the maintenance path. Lely Branch Canal Phase 1A Weir A 30' wide concrete weir was added to the Phase 1A canal in order to increase dry -season lake levels in the surrounding communities. (3) 7'x4' sluice gates were also included. Lely Branch Canal Phase 1BN This canal is a continuation of Phase 1A to the north. 2,000 LF of canal was widened to 85' plus a maintenance path. Due to right-of-way constraints, gabions were used to construct both sides of the canal banks. Other drainage improvements included 100 LF of 5'x8' of concrete box culvert. In addition, two sanitary sewer pump stations were constructed. LASIP Wingsouth Airpark Improvements Approximately 2.25 miles of existing ditches, varying in width from 20' to 40', were improved as part of the project. Concrete box culvert improvements consisted of 85 LF of 8'x4' and 35 LF of 5'x'3'. Over 1,700 LF of concrete pipe, sizes 36", 48" and 54", were installed. Three concrete weir structures were also constructed. They consisted of a 10' wide weir with (2) 2'x'2' sluice gates and two 30' wide weirs with (2) 3'x3' sluice gates. continued Rattlesnake Hammock Road During the six -lane widening of Rattlesnake -Hammock Road, two major LASIP features were incorporated into the design. The first was a dual 12'x4' concrete box culvert crossing under the road. The second was over 2,700 LF of 8'x4' concrete box culvert which provided the outfall for the LASIP Wingsouth Airpark project. LASIP Mitigation Park This park provided on -site mitigation for a portion of the LASIP project. The main portion of the park is 99.2-acres and included additional 10-acre and 1.6-acre tracts. In total, the mitigation park restored 41 acres of wetlands impacted by the LASIP construction. Lely Manor Canal West Outfall North Section Improved 4,300 LF of canal to 85' in width along with a maintenance path on both sides of the canal. Naples Manor Outfalls 3 & 4 Consisted of improving two parallel canals, each approximately 1/2 mile in length, to a width of 60' with a maintenance path. Outfall #4 had pipe sizes up to 72". The outfall for the project was an existing box culvert under US 41 which needed over 1,100 LF of 60" RCP along US 41 to reach the outfall. LASIP Davis Boulevard Canal Subcontractor CDM Smith. ABB performed the ERP and Dewatering permitting with SFWMD. In addition, ABB prepared topographical survey to aid in design of 9,000 LF of canal improvements and acquisition of necessary easements. Goodlette Road Canal Bank Stabilization Pilot Proaram f2018 to Present Client: Collier County Stormwater Division Contact: Mindy Collier, Project Manager, (239) 252-6139, Mindy.Collier@colliercountyfl.gov Cost: $36,057 Duration: 2018 - Present ABB was selected to conduct a pilot program for the stabilization of the west bank of the drainage way from Pompeii Boulevard to Granada Boulevard. The work will evaluate available products and design, permit and bidding the project. Consideration will include hydraulic criteria, cost, constructability, aesthetics and landscape with special emphasis on neighborhood and perimeter impacts. City of Bonita Springs Downtown Improvement Project Address: Tennessee Street to Terry Street, Lee County Client: City of Bonita Springs (Design -Build with Wright Construction) Contact: Matt Feeney, (239) 949-6246, matt.feeney@cityofbonitasprings.org Cost: $863,400 (ABB Fees); $16,000,000 (construction cost); Change Orders Duration: October 2014 to September 2017 **See separate project sheet with Reference Questionnaire** The Brooks Emergency Outfall Structure (BEDS� Address: Estero, Lee County Client: Bonita Bay Group, (239) 565-4839, c/o degilkey@gilkeyorganization.com Contact: Dennis Gilkey, (239) 565-4839, degilkey@gilkeyorganization.com Initial Cost: $350,000 (ABB Fees); Change Orders: 0 Completion: 2004 The BEOS is an important element of the drainage system recommended by the South Lee Watershed Study. The structure consists of two (2) operable vertical lift gates (4.5' W x 6.0'H) which are designed to direct excess flows from the Brooks north into the Estero River (south branch) during flood events. The structure's design intent capitalizes on the head differences which exist during flooding events when the northern outfall develops sufficient capacity to accept incoming flows. The structure was designed to meet SFWMD requirements and operate with a flow capacity of 160 cfs. ABB generated the required modeling (HEC-RAS) and oversaw the project design. The close proximity to Three Oaks Parkway also required special design features for traffic protection and guardrail installations per FDOT requirements. This structure was permitted through the SFWMD and certified complete in August 2004. Marco Island Drainaize Phase III Client: City of Marco Island Contact: Timothy Pinter, P.E., Public Works Director, (239) 398-5018, tpinter@cityofmarcoisland.com Initial Cost: $90,247.50 (ABB Fees) Final Cost: $109,594 (ABB Fees); Change Orders: 1** Duration: June 2010 to October 2012 The Marco Island Drainage Phase III project was an existing 36-acre, predominantly single-family (nearly built out) area of the island located just west of the Jolly Bridge and mostly south of Collier Boulevard. The purpose of this project was to design a drainage system meeting the adopted level of service standard (LOSS) for the community. The project area was generally bounded by North Collier Boulevard, North Barfield Drive, 6th Avenue, and Rose Court including a portion of Yellowbird Street. The drainage basin area for the project was determined based on a review of the Marco Island Master Drainage Plan, field investigation, and previously permitted projects. The neighborhood was refitted with a drainage system meeting standards. Plans were prepared for major trunk lines and minor services including swale grading and driveway modifications. Many utility conflicts were resolved in the design and adjustments were addressed in the construction plans. The project was permitted through SFWMD and the minor utility adjustments through FDEP. Special consideration was given to asbestos pipe handling as much of the water main relocations involved this material. **Change Order issued for additional scope added to the project by the City - a new outfall for the area was developed. Felts Avenue Water Oualit Client: City of Bonita Springs Contact: Matt Feeney, P.E., (239) 949-6246, matt.feeney@cityofbonitasprings.org Cost: $58,880 (ABB Fees); Change Orders: 0 Duration: December 2010 to December 2012 Felts Avenue is located one block east of Old 41 Road and south of the Imperial River. The focus of this 36.6-acre residential and commercial project was to treat the stormwater runoff in the Felts Ave outfall basin prior to its discharge into the Imperial River. The majority of the existing drainage found in the basin was open swale, and the conveyance of plant material, silt and trash was compounding the nutrient load being exported into the river. To reduce detritus, a baffle box upstream of a dry retention area eliminates discharge of the larger debris and provides an important treatment prior to outfall into the river. The pretreatment baffle box provides a preliminary treatment while the second component of the treatment train is a diversion to dry retention area with a 1.5' storage depth which will treat 0.30" of runoff for the 36.6-acre basin. In the case of a storm event where the runoff exceeds the volume of the treatment area, a diverter within the baffle box sends the remaining pre-treatment runoff down the existing Swale and into the river. A nutrient -separating baffle box acts as a pre-treatment device which will be given a removal rate of 19% for Nitrogen and 15.5% for Phosphorus. Total removal for the baffle box and the dry retention diversion equals 70% total TN removal and 69% total TP removal. The existing hydrology was modeled in XP-SWMM 2009. The resulting flow rate was used to do a preliminary design of the proposed retention pond and control structures. The proposed hydrology was modeled by modifying the existing hydrology model to reflect the proposed improvements to show proposed drainage equal to existing conditions. The significance of this project is that it is designed so a large volume of runoff can percolate through the dry retention area, although there is very little elevation change prior to outfall into the river. The custom design of the floating weir allows this additional water quality treatment to occur while maintain volume capacity to a flood sensitive area. Popash Creek Culvert Improvements Address: Fort Myers, Lee County Client : Lee County Contact: Anura Karuna-Muni, P.E., Lee County Division of Natural Resources, (239) 252-5860, Gerald.Kurtz@colliercountyfl.gov Cost: $95,291 (ABB Fees); Change Orders: 1** Duration: June 2012 to June 2014 The Lee County Division of Natural Resources retained the services of ABB to perform a hydraulic analysis of the conveyances within the Popash Creek basin and to recommend and design the associated culvert improvements. The project scope focused on problematic areas that experienced historic flooding issues with the intent of improving the overall conveyance. ABB's scope of work included reviewing, verifying, and updating the Existing Conditions hydraulic model prepared as part of the North Fort Myers Surface Water Management study, along with obtaining current topographical and cross -sectional field survey data of the existing channel conveyances and culvert structures. The tasks also included creating an Updated Existing Conditions model and preparing exhibits for staff review which graphically indicated the locations and stages of flooding within the watershed. ABB then identified the problem areas and created a Proposed Conditions model of improvements to reduce the recurring drainage issues. **Change Order issued to ABB - additional scope for culvert replacement construction services. ShanLFri-La Road Reerional DrainaLye Improvements (Phases I & II 'opash Creek 3asin Boundary Address: Bonita Springs, Lee County Client: City of Bonita Springs Contact: Matt Feeney, P.E., (239) 949-6246, matt.feeney@cityofbonitasprings.org (Original PM, Daryl Walk, P.E., is no longer with the City of Bonita Springs) Cost: $425,842.50 (ABB Fees); Change Orders: 0 Duration: 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. This project was created by the needs of the road project. Immokalee Downtown Stormwater Improvements Client: Collier County Contact: Christine A. Betancourt, Operations Manager, Collier County Comm. Redev. Agency (CRA)-Immokalee and MSTU, (239) 867-0027, Christine.Betancourt@colliercountyfl.gov (Original PM, Bradley Muckel is no longer there) Cost: $194,762 (ABB Fees); Change Orders: 0 Duration: May 2010 to June 2013 The purpose of this project was to develop construction plans and contract documents for construction of the Downtown Immokalee elements of the Immokalee Stormwater Management Master Plan. ..� T-' - ABB produced the construction plans as sub -consultant to CDM Smith prime consultant for the project. ABB successfully completed the plans and contract documents for thek� improvements to the 110 Acre +/- developed area consisting of A; approximately 17,700 feet of storm sewer construction including 262 feet of 4' x 6' box culverts. The plans were completed within ---� the very tight schedule as required by the Immokalee CRA's construction grant. The project was also completed within budget. �' •.�' :,. r ;.f -,_ r , y_ Arthrex Roadwav Desien (Arthrex. Inc. Address: Creekside Campus, Collier County Client: Arthrex, Inc. Contact: Trent Lewis, (239) Cost: $390,000 (Design Fees); $2 million (Construction) Duration: 2016 to Present (under construction) 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. Immokalee Sidewalks Phase II Client: Christine A. Betancourt, Operations Manager, Collier County Comm. Redev. Agency (CRA)-Immokalee and MSTU, (239) 867-0027, Christine.Betancourt@colliercountyfl.gov Cost: $94,679 (ABB Fee); Change Orders: 0 Duration: 2018 to Present (under construction) 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 Client: Christine A. Betancourt, Operations Manager, Collier County Comm. Redev. Agency (CRA)-Immokalee and MSTU, (239) 867-0027, Christine.Betancourt@colliercountyfl.gov Cost: $93,574 (ABB Fee); Change Orders: 0 Duration: 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 Client: Village of Estero Contact: David Willems, P.E., (239) 221-5035, Public Works Director, willems@estero-fl.gov Cost: $854,624 (Design Fees) Duration: 2017 to Present (under construction) 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. Corbett Road Improvements Diplomat Parkwav to Littleton Road Client: Lee County Contact: Vincent J. Miller, P.E., (239) 533-8577, vmiller@leegov.com Cost: $168,921 (ABB Fees); $579,000 (Construction Cost); Change Orders: 0 Duration: 2014 to 2019 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. LASIP Countv Barn Road and Pathwav Feasibilitv Stud Client: Collier County Stormwater Management Department Contact: Gary Putaansuu, P.E., (239) 252-5876, garyputaansuu@colliercountyfl.gov Cost: $282,459 (ABB Fees); $7.5 Million (Construction Cost); Change Orders: 0 Duration: November 2012 to April 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. 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. 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. i&C Boulevard Improvements - Collier County (2012 to 20151 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 If - 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. 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. 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. Santa Barbara Boulevard 6-Laning - Collier County (2005 to 2010J 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. 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. 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. 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. Rattlesnake Hammock Road 6-Laning - Collier County (2003 to 20081 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. Following is a limited sampling of the projects completed by Robau and Associates over the last six years including the Immokalee Stormwater Master Plan Projects, the Griffin Road Area Stormwater Improvement Plan, and the Big Cypress Country Club Stormwater Retrofit. In addition, Mr. Robau's prior employment and company founding experience included design, and construction plan preparation for the Lely Manor Canal Outfall and the Lely Main Canal Outfall. These two projects are also listed as projects for which other team members have contributed or performed conceptual or final design services. Immokalee Master Plan Projects The Immokalee Master Plan Projects consulting effort on behalf of the Collier County Board of County Commissioners was led by Robau and Associates with modeling support provided by Lago Consulting and Services. The project included an update to the Lochner 2004 vintage hydrodynamic modeling and stormwater study for the Immokalee Area. The results of various design storm simulations under existing conditions for different schematically proposed project areas were evaluated and compared the County's specified Level of Service (LOS) for roads and other designated features within the Immokalee model area. The consulting team extracted maximum stage results for each sub -basin from the model results and map the results on the most recent LIDAR data. The model results and mapping were used to identify roads and features that are flooded due to the various design storms. After review of the existing conditions results, eight projects and subprojects were identified to mitigate flooding and water quality issues identified in the LOS analysis. Robau and Associates developed the schematic designs and Lago Consulting & Services further developed the hydrodynamic model in support of the schematic designs. Two of these schematic designs are the subject of this final design request for professional services. No other consulting team can provide this 16-year history of experience with the Immokalee XPSWMM hydrodynamic model and the proposed projects. As part of this effort, the peak stage results obtained from the hydrodynamic model were mapped using the most recent LIDAR data. This data was used to identify roads and features vulnerable to flooding under various design storms. The consulting team compared the results of the eight (8) projects to the existing conditions model and quantified the amount of improvement in the Level of Service on roads provided by each project. The consultant team provided the schematic plan in an AutoCAD exhibit with the structural configurations of the elements for eight (8) capital improvement projects and associated sub -projects. The consulting team then performed a Harvey Harper Stormwater Treatment Analysis resulting in an estimate of the water quality treatment provided in association with the seven (7) stormwater capital improvement projects, and associated sub -projects, and one separate pond intended to serve the downtown Immokalee area, as a conceptual study to determine the level of water quality treatment that can be provided. Finally, the consulting team prepared opinions of probable costs (OPC) for six (6) selected capital improvement projects and associated sub -projects. Griffin Road Area Stormwater Improvement Plan The Griffin Road area located adjacent to Rookery Bay National Estuarine Research Reserve and South of US 41 has suffered from persistent flooding over the past few years. Robau and Associates developed schematic designs and performed hydrodynamic modeling for the proposed Griffin Road Area Stormwater Improvement Project (GRASIP). The work was done for the Collier County Board of County Commissioners. The improvements, which have not undergone final design will generally consist of creating a stormwater management lake or lakes on the south side of the GRASIP basin and integrating an optimum combination of ditch improvements and integrated stormwater pumping stations. The following consulting tasks were completed in order to analyze the estimated effects of the GRASIP conceptual plans. Robau and Associates prepared and summarize the results of an XPSWMM hydrodynamic model with different scenarios outlined below for estimating the positive impacts of creating one or more stormwater treatment lakes in the northern or southern portion of the GRASIP basin located at the downstream end of the basin discharges herein referred to as the South Lake and North Lake. The creation of the lakes will provide water quality treatment and Collier County desired to quantify the treatment by preparing a Harvey Harper Analysis, which estimates the level of water quality treatment provided by the lake or lakes. Robau and Associates prepared XPSWMM hydrodynamic model scenarios to analyze the existing condition with the Benson -Porter ditch discharging into the South Lake and other existing discharge patters remaining the same. The hydrodynamic model scenarios were used to analyze connecting the Hitching Post development discharges into the Benson Porter ditch by using stormwater pumps and other improvements while bypassing the Barefoot Williams roadway ditch. A hydrodynamic model scenario was prepared to analyze routing the Hitching Post development, and the Naples CareFree development discharges of up to 64 cubic feet per second (cfs) [Hitching Post 14 cfs and Naples CareFree 50 cfs ultimately passing through the South Lake via the Benson -Porter ditch and bypassing the Barefoot Williams Road ditch. Additional scenarios were prepared to simulate modifications to the Benson -Porter ditch by deflecting the ditch to the southwest into a natural remnant tidal flow -way along the southern boundary of the Treviso Bay development and Rookery Bay National Estuarine Research Reserve. A water quality treatment lake with extensive plantings is planned for the purpose of treating the rural/urban stormwater discharges prior to discharging into the sensitive waters of Rookery Bay National Estuarine Research Reserve. Robau and Associates prepared schematic designs for the different alternatives and prepared alternative Harvey Harper Analysis of the water quality treatment benefits for the various alternatives. Big Cypress Country Club Stormwater Retrofit The Big Cypress Country Club community is at the headwaters of the Gordon River. The community has suffered severe short-term flooding during Hurricane Irma and continues to endure poor drainage. A brief description of the scope of services follows. Robau and Associates developed an XPSTORM base model to simulate existing conditions for the project area. The results of the base model were compared to images of the flooding and this data was used to prepare a hydrodynamic model simulating various storm frequencies and durations. Robau and Associates prepared several alternative retrofit solutions and associated exhibits depicting schematic designs for improvements that will mitigate but not eliminate flooding within the community. This project is still under way. Extensive coordination with community stakeholders is taking place to assist in educating the community members on collaborative solutions that may be implemented to resolve and mitigate the most significant flooding events. The consulting services also included the development of opinions of probable costs for the various alternatives. The alternatives included the potential for two stormwater pump stations, one impoundment, and two gravity discharge structures. In addition, the improvements also included the installation of a rehabilitated system of swales and culverts intended to provide the primary drainage from the roadways to the outfalls. This consulting project will be complete within two weeks of the deadline for the subject request for professional services. The following project examples are relevant examples of project experience of the firm and key staff members Ralph Verrastro, PE and Rolando Corsa, PE. None of these projects included any change orders that were a result of errors or omissions on the part of Bridging Solutions. We are focused on the municipal and private market sectors in Southwest Florida and, therefore maintain close working relationships with local bridge contractors and material suppliers. The excellent scores on the attached reference forms provides evidence of the quality of our services. Miscellaneous Bridge Engineering Services, Collier County, Florida Bridging Solutions has provided "on -call" bridge engineering services for Collier County under our current professional services library agreement since 2014. The County's current lead project manager for these project assignments is Marlene Messam, PE, Principal Project Manager, Marlene.Messam@colliercountyfl.gov; 239-252-5876. The following list provides some brief descriptions of the assignments: 1. Bridge pile inspection and retrofit design for Immokalee Road (CR 846) over drainage Canal - see the full summary of this assignment below. * 2. Bridge inspection and evaluation for Golden Gate Parkway over Santa Barbara Canal 3. Bridge inspection, load testing, load rating and minor repairs for Peace Way over Drainage Ditch 4. Review of 22 FDOT biennial Bridge Inspection Reports with repair recommendations S. Emergency bridge flood damage assessment training and inspection services 6. Flood emergency inspections for Bridge #030165 7. Emergency engineering services for guardrail damage for Bridge #030158 8. Concrete patching repairs for 6 bridges *Immokalee Road Bridge over a Drainage Canal (#030138). Collier County, Florida Bridging Solutions' technical expertise saved Collier County hundreds of thousands of dollars on a 2018 assignment involving the Immokalee Road Bridge over a Drainage Canal (#030138) east of Immokalee. The FDOT sent a letter advising the county of significant deficiencies related to advanced deterioration of the timber piles. The consultant that had been monitoring the piles on this bridge (and all the other timber pile supported bridges in the county for the past few years), was requested to re -inspect the piles based on the FDOT letter. The consultant re -inspected the piles and concluded that the county should perform repairs which included installing crutch bents at all the bents. These crutch bents would have cost approximately $300,000 for this bridge which was scheduled for replacement in 2 years. The county hired Bridging Solutions to provide a 2nd opinion. Drill Resistance Device Testing Bridge Piles, Collier County, FL We were in agreement that piles appeared to be a concern based on a visual inspection which was the level of inspection performed by the FDOT and the other consultant. We recommended performing in-depth testing of the piles using a drill resistance device that would provide quantitative test results related to the condition of the piles full depth. The results of the testing showed that the outer 2" of the 12" diameter piles were compromised but the interior 8" of the piles were solid material. We performed a structural analysis of the pile based on this information and concluded that no repairs were required given the short time frame planned for the full replacement of the bridge. See the completed reference form related to this project assignment at the end of this section. Collier County Bridge Program Study Report, Collier County, FL This program study was completed in phases and included the inspection and evaluation of 66 bridges. The final report provided recommendations for rehabilitation and/or replacement for each bridge with estimated costs. It also provided recommendations that included a prioritization listing for the bridges for maintenance repairs and replacement. The report is being used as a tool to assist the County's project managers in the programming of their 5- and 10-year bridge programs. The Collier County CR 29 over Barron River, Everglades City, FL project manager was Gary Putaansuu, PE, Principal Project Manager, Gary.Putaansuu@colliercountyfl.gov, (239) 252-5876. See the completed reference form related to this project at the end of the section. Collier County Structural Contract Miscellaneous Assignments, Collier County, FL The following list of projects were assigned by project managers in the facilities group for Collier County Parks Department projects: 1. Replacement of the Ann Olesky Park Fishing Pier. See full description below. 2. Cocohatchee River Park Marina dock replacement and sea wall repairs. See full description below. 3. Boardwalk temporary repairs and replacement at the North Collier Regional Park. 4. Barefoot Beach boardwalk inspection and repairs. 5. Clams Pass boardwalk deck and railing replacements. 6. Emergency inspection for high mast lighting poles at Golden Gate Community Park. 7. Inspection of high mast lighting poles at four (4) county parks. 8. Inspection and load rating for an existing bridge for a planned park access road. Ann Olesky Park Fishing Pier, Immokalee. FL Bridging Solutions prepared the final construction drawings and specifications for the replacement of the fishing pier at Ann Olesky Park on Lake Trafford in Immokalee, Florida for the Collier County Parks and Recreation Department. The new fishing pier consists of pressure treated timber stringers supported on pressure treated timber pile bents. The deck boards and railing components were constructed using Ipe, a Brazilian hardwood. Low level LED lighting fixtures were incorporated into the railing system and LED spotlights were mounted on the roof fascia boards. The roof system consists of pressure treated timber trusses, plywood deck with metal standing seam roof panels. Fishing Pier at Ann Olesky Park, Collier County, FL Lely Branch Canal Water Control Structure, Collier County, FL This project included the design of a reinforced concrete weir for the Lely Branch Canal near Rattlesnake Hammock Road. A seepage all _ preventing sheet pile wall was designed under the t weir gate supporting structure based on the * results of a comprehensive seepage analysis. The -�, structure was designed to support the hydraulic \ pressure behind the weir with adequate factor of safety against sliding and overturning. Bridging Solutions served as a subconsultant for Agnoli, Barber & Brundage and the end client was the Storm Water Department of Collier County. Weir During Construction, Collier County, FL Professional Services Library of Consultants (Library), City of Naples, FL Bridging Solutions was selected by the City of Naples to provide "on -call" bridge/structural engineering services under a continuing professional services agreement in April of 2019. We completed bridge rehabilitation plans for repairs for the Harbour Drive Bridge over Mooring Bay. The repairs included concrete patching repairs, rip rap replacement, replacement of the asphalt Harbour Drive Bridge, Naples, FL Daniels Parkway Pedestrian Bridge, Lee County, FL wearing surface, railing repairs and installation of a waterproofing membrane on the concrete slab beams. This contract is currently out to bid and construction is scheduled to start late August or early September. The City's project manager was Gregg Strakaluse, P.E., gstrakaluse@naplesgov.com, 239- 213-5003. Daniels Parkwav Pedestrian Bridges, Lee County, FL This design build project involved the design and construction of two (2) pedestrian bridges on Daniels Parkway as part of the Complete Streets Initiative by the Lee County MPO. Bridging Solutions provided design services for Thomas Marine Construction for two bridges over the Six Mile Cypress slough with spans of 94 and 124 feet. The bridges consist of prefabricated steel truss bridges founded on cast in place concrete abutments on spread footings. The project manager was Kevin Shimp, PE, Vice President, kcshimp@aol.com, (239) 707-0096. Addison Place Entrance Bridge, Barron Collier Companies, Collier County Bridging Solutions prepared preliminary and final design plans for the new entrance bridge to the Addison Place multi -use development in Collier County, Florida. The bridge spans the Cocohatchee Canal and consists of a single 31 foot span reinforced concrete slab bridge supported on prestressed concrete pile bents. The close proximity of an existing water main on the north side of the canal affected the location of the bridge and the type of wingwall used on the northwest bridge quadrant. To enhance the aesthetics of the bridge, Texas Standard Barriers were specified and a FDOT Class 5 finish was applied to the exposed concrete elements. Barron Collier's project manager was Dan Waters, PE, D Waters @barroncollier.com, 239-403-6830. Addison Place Entrance Bridge, Collier County, FL Livineston & Immokalee Road Intersection Improvements. Collier County, FL Bridging Solutions prepared the preliminary and final design plans for the construction of a 4-sided continuous mast arm structure and concrete foundations to support traffic signals at this intersection to replace an outdated span wire system. The end client was Collier County and Bridging Solutions worked as a subconsultant for Trebilcock Consulting Solutions. The project manager was Norman Trebilcock, PE, President, NTrebilcock@Trebilcock.biz, 239-566-9551. Miscellaneous Structural Engineering Services, Bonita Springs, Florida Bridging Solutions was selected by the City of Bonita Springs to provide "on -call" bridge/structural engineering services under a continuing professional services agreement in July of 2018. The City's lead project manager is Matt Feeney, Public Works Director, matt.feeney@cityofbonitasprings.org, 239-949-6246. A current assignment includes the design 5 new pedestrian bridges that will be part of 2 new multi -use trails on Cochran Road and Pauling Lane in the City of Bonita Springs, FL. Bridge Utility Pipe Hanger Inspections, Marco Island, FL Bridging Solutions was hired by the City of Marco Island in 2014 to perform an inspection of the City owned water and sanitary mains and supporting hangers that are attached to 15 bridges on Marco Island. The inspection findings were documented in a report that provided recommendations for maintenance of the pipes and their supports. The City's Project Manager was Bart Bradshaw, Utility Department Manager, bbradshaw@marcoislandutilities.com, (239) 389-5187. Cocohatchee River Park Marina Repairs, Collier County, FL Bridging Solutions prepared preliminary and final design plans for the replacement of the docks at this marina for the Collier County Parks Department. The new docks were designed to meet ADA access requirements using treated timber and 12" diameter pressure treated timber piles. Repairs were also designed to maintain the existing sea walls. Miscellaneous Structural Engineering Services, Lee County, Florida Bridging Solutions was selected by Lee County to provide "on -call" bridge/structural engineering services under a continuing professional services agreement in August of 2015. No assignments have been initiated at this time. The County's project manager is Ehab Guirguis, Senior Engineer, eguirguis@leegov.com, (239) 533-8838. Charter School of Collier County Entrance Bridge, Collier County, FL Bridging Solutions prepared the final design plans and specifications for the entrance bridge over the Cocohatchee Canal for a new charter school off Immokalee Road in Golden Gate Estates. The new bridge is a 55-foot span, adjacent, prestressed slab beam bridge founded on pile supported end bents. Babcock Ranch Entrance Bridge, Charlotte County, FL Bridging Solutions was hired by Kitson & Partners to design the signature entrance bridge for this new town in Charlotte and Lee Counties that is planned to have 19,000 new homes. The bridge was designed with numerous aesthetic embellishments including steel trusses on the bridge fascia to provide the appearance of a historic bridge. Kitson's project manager was John T. Broderick, Sr. V-P, jbroderick@kitsonpartners.com, (973) 219-8192. Washington Loop Bridge over Prairie Creek, Charlotte County, FL This project involved the replacement of the non-standard bridge railings and the installation of approach guard railing. The existing bridge railing was damaged as a result of a vehicle crash that prompted the County to hire Bridging Solutions to prepare design plans for the installation of a new thrie beam bridge railing system. Bridge Inspection Services, Charlotte County, FL Bridging Solutions provided bridge inspection services for four (4) privately owned bridge structures. The bridges are owned and maintained by The Manasota Regional Water Supply Authority. All the bridges are single span structures spanning water management canals in Charlotte County, FL. The bridges consisted of prestressed concrete AASHTO beams with composite concrete decks supported on pile supported end bents. The inspections were performed and documented in a format in accordance with FDOT and Federal inspection guidelines. Oak Street Bridge over Tidewater Canal, Sarasota County, FL Bridging Solutions provided engineering services for Sarasota County as a subconsultant to Stantec for the inspection, evaluation and preparation of bridge repair plans for this bridge that consists of prestressed concrete channel beams spanning 38 feet and the substructures consist of pile supported end bents. The repairs included concrete patching repairs, rip rap replacement, expansion joint replacement, concrete deck repairs, and installation of concrete diaphragms. JOURNA I Bridges _r I The National Bridge Inspection Standards (NBIS) and most states define a bridge to be a structure that is longer than 20 feet measured along the centerline of the roadway. Therefore, a 3-cell box culvert structure consisting of 3 — 7 foot spans is a bridge. Multi -cell cast -in -place concrete box culvert bridge. ...But Were Afraid to Ask When is a box culvert a bridge? Concrete box culvert bridges are one of the most common bridge types used by bridge engineers for water crossings, pedestrian tunnels, and wildlife crossings. The National Bridge Inspection Standards than 20 feet measured along the centerline of the roadway. Therefore, a 3-cell box culvert structure consisting of 3 — 7 foot spans is a bridge. What are the common types of concrete box culverts? The majority of reinforced concrete box culverts are 4-sided rigid frames where the top and bottom slabs are cast monolithically with the side walls. Box culverts are constructed using cast -in -place concrete on site or cast in molds at the precast plant. The maximum span recommended by FDOT is 24 feet for 4-sided box culverts, but the author has designed several precast box culverts with spans up to 30 feet. FDOT requires precast box culverts to be constructed monolithically in one piece or segmented in 2 pieces with a U-shaped bottom section and a separate simple span top slab. In other states and on private sector projects in Florida, precast 4-sided boxes are also supplied as 2 identical U-shaped sections with a keyed joint in the center of the walls. ASTM C1786 — 18 provides standard Three (3) sided box culverts (no bottom slab) are used when longer spans are required, and they are almost always constructed 16 1 JOURNAL Florida Engineering Society I OCTOBER 2019 fleng.org Segmental box culvert with joint in center of wall. using precast concrete. The 3-sided box arched top slabs or full arches and are supplied with spans up to 48 feet and as long as 60 feet for special orders. The 3-sided box culverts are typically supported on shallow cast -in -place concrete spread footings, but precast footings are sometimes used for shorter spans (less than 24 feet). Three -sided box culvert with integral fascia panel. The CONSPAN bridge system (a 3-sided box culvert with an arched top slab) is the most familiar name when it comes to 3-sided box culvert products in Florida as a result of its pleasing aesthetics and a strong marketing approach by the product vendor. This product was originally a patented product that required a precaster to be a licensee of CONSPAN to be able to sell the product. The patent expired in 2003, which has allowed other precasters to manufacture and sell the product. CONTECH purchased the CONSPAN company business assets in 2005 and is the only company that can sell the product using the CONSPAN name. Some of the generic names the author is aware of Segmental box culvert with separate top slab. include Forterra Arch, Arched Box Culvert, and ECO-SPAN. The arched top slab is a is a detriment related to the roadway design when the construction depth of the bridge needs to minimized. In the private sector on land development projects, some civil engineers rely on product sales and specialty structural engineers for bridge engineering continued on next page fleng.org OCTOBER 2019 1 JOURNAL Florida Engineering Society 1 17 Everything You Wanted to Know About Concrete continued from page 17 3-sided bridge with arched top slab (aka CONSPAN). (Bridge) Engineer of Record, which adds a higher level of professional responsibility that most civil engineers don't recognize. What risks do civil roadway engineers accept if they rely on a precast concrete product vendor to provide structural engineering services on a project that includes a box culvert bridge? Civil roadway engineers who specify a precast concrete bridge on their roadway plans and then review shop drawings and structural calculations submitted by a box culvert vendor's Specialty Structural Engineer (delegated engineer) are accepting the responsibility as the Structural (Bridge) Engineer of Record. Some civil roadway engineers believe they are only reviewing the shop drawings for dimensions, elevations and hydraulic opening criteria. That sounds reasonable, but if a problem occurs with the bridge and there is not a bridge engineer on the design team, the civil roadway engineer will very likely be dragged into the lawsuit for any claims related to the bridge because the bridge was shown on their plans. Our attorney agrees with the opinion that the note BRIDGE BY OTHERS on a set of plans will not hold up very well in court. The civil roadway engineer may be exonerated from negligence, but it will still cost money to get out of the situation. The other risk is that the civil roadway engineer's professional liability Long box culvert bridge for slough crossing. 18 1 JOURNAL Florida Engineering Society I OCTOBER 2019 fleng.org insurance policy may not cover structural s practice does not include structural engineering. When is it permissible to install bridge It is always permissible from a structural perspective, but FDOT roadway design the outside edge of a box culvert to be a roadway hazard that should be placed outside the clear zone. Topic #625-000-002 in the FDOT Design Manual provides the required minimum clear zones and lateral offsets criteria in Tables 215.2.1 and 215.2.2 that apply to design elements, including drainage structures such as box culvert head walls and wingwalls. However, the Design Manual when a box culvert is a bridge and not a drainage structure subject to the clear zone requirements. As a result, roadway engineers use the same clear zone criteria for all box culverts regardless of size. For this reason, box culvert bridges are not economical compared to narrower conventional bridges (that don' zone). Therefore, box culverts are rarely used as bridges in Florida except for small box culvert bridges in the 20- to 30-foot range. Roadway engineers are required to go through a lengthy design variance process if they want to consider a reduced clear zone by box culvert bridge. Most FDOT consultant roadway engineers are not motivated to perform this additional work that adds time to the design schedule and increases the fee for the overall project. FDOT should consider when a box culvert is a drainage structure when a box culvert is a bridge (not subject to drainage structure clear zone requirements) would increase the number of box culvert bridges constructed, particularly on rural and suburban roadways over wetland sloughs continued on next page fleng.org OCTOBER 2019 1 JOURNAL Florida Engineering Society 1 19 Everything You Wanted to Know About Concrete continued from page 19 The use of box culvert bridges for these applications will likely save money initially and the reduced maintenance cost of the box culvert compared to a bridge would pay dividends in the future. What factors need to be considered in the structural design of concrete box culvert bridges? The primary factors considered in the design of concrete box culverts to meet the requirements of the AASHT weight, vertical earth pressure, horizontal earth pressure, water pressure, design vehicular live load (HL-93), and live load surcharge. Earthquake loadings are not considered because these buried structures essentially minimal external forces exerted on the box culvert. Live loads are distributed as foot print loads through the earth heights less than 8 feet. Boxes with less than 2 feet of cover are designed for concentrated wheel loads. The design of box culverts is relatively complex because they are considered rigid frames that are statically indeterminate, requiring the use of moment distribution or stiffness methods for structural analysis. There are several commercially available computer programs that expedite the production of design calculations. The soil pressure exerted on the bottom slab of a typical 4-sided box culvert is relatively low and is typically in the range of 1,000 PSF or less. This low bearing pressure allows the installation of box culverts in almost all soil conditions. The design of the footings for 3-sided box culverts requires checking for bearing pressure and sliding similar to the design of conventional bridge abutment footings. The horizontal dead load reactions in the legs of 3-sided boxes can be substantial, especially for longer spans. Some suppliers design and install temporary cable ties or struts to brace the legs of the 3-sided boxes from kicking out during shipping and erection, which would induce bending moments not considered in the design. Who determines whether the box culvert bridge will be cast -in -place or precast concrete? State DOTS usually have a preference, but changing to the alternative is almost always acceptable. Therefore, decision, but the preference of the DOT is rarely challenged. FDOT requires its consultants to design and detail cast -in -place concrete box culverts for their project plans in accordance with FDOT Index 400-289 using the Department's LRFD Box Culvert Program (Mathcad). The contractor is usually allowed the option to substitute precast concrete sections in accordance with the details shown FDOT Index 400-291. The contractor may use the standard designs included in FDOT Index 400-292, or the precaster may prepare a custom design. Custom designs by in-house or consultant specialty structural engineers using the FDOT Mathcad or ET Culvert computer programs are most common. The majority of other State DOTs specify precast box culverts as their preference for their projects. Skewed box culvert sections. Can box culvert bridges be designed to accommodate skewed roadway crossings? Yes, but with some limitations, and it will likely cost more than if the box culvert is made longer and squared off at the ends if there is room in the right of way. Most state DOTs, including FDOT, limit the skew angle to 45 degrees for cast -in -place concrete box culverts. The skews available for 4-sided precast box culverts are limited to small skew angles and depend on the span of the culvert. Skews on 4-sided box culverts are constructed using trapezoidal shaped elements. Skews on 3-sided box top boxes, but arched top boxes are limited to very small skews similar to 4-sided boxes. What are some of the special design considerations involved with the transportation of precast concrete box culvert bridges? Primary considerations related to the transportation of precast box culverts include the weight and overall 20 1 JOURNAL Florida Engineering Society I OCTOBER 2019 fleng.org Large precast element being delivered to project site. dimensions of the individual box culvert elements because they need to be placed on a truck and delivered to the project site. The maximum weight of a precast box culvert element that may be shipped on a typical truck is 25 tons, which allows 15 tons for the empty vehicle to get to a maximum allowable legal load of 80,000 pounds for the gross vehicle weight (GVW). The typical lay length of the box culvert sections is 8 feet, which is less than the 8'-6" maximum legal width for a truck in Florida without a permit. A Roundabout Way continued from page IS Transportation. Modern roundabouts are much safer for motorists and pedestrians than conventional intersections because they eliminate lethal head- on and T-bone crashes, operate at much slower speeds, and have many A 2017 Pennsylvania Department of Transportation (PennDOT) study found modern roundabouts reduce fatal and serious injury crashes by 100%, and minor injury crashes by 95%. The Florida Department of Transportation (FDOT) pegs the comprehensive cost of a fatal crash at $10,670,000 dollars and the cost of a serious injury at $872,612. The American Automobile Association (AAA) puts modern roundabouts at the top of their list for cost-effective infrastructure safety investments. About the Author: Ralph Verrastro, PE serves as the Principal -In - Charge for Bridging Solutions on bridge and structural design projects for FDOT, local municipalities, contractors, private bridge owners and developers. Ralph graduated from Cornell University with a BS in Civil Engineering in 1976 and he is a licensed professional engineer in 37 states. Ralph wrote this article based on his personal experience working as a consultant Specialty Structural Engineer for precast concrete manufacturers and as the Engineer of Record on bridge projects involving precast concrete products. He is a technical expert related to the design of small and medium span bridges, rehabilitation of historic bridges and the design of precast concrete bridges. Ralph has served on the Editorial Board for STRUCTURE magazine and as an Adjunct Professor for engineering courses at Broome Community College in Binghamton, NY. He is currently serving on the ACEC-FL Board of Directors as the Region 6 Director. Engineering teams that include modern roundabouts in tandem with highway overpass spans can create interchange designs with shorter, narrower and less expensive spans and safer, more resilient street intersections. About the Author: Ken Sides, PE, PTOE, CNU-a, LCI, is a Senior Transportation Engineer with Sam Schwartz Engineering in Tampa, Florida. He has been instrumental in several dozen modern roundabouts constructed in Clearwater, Florida, mostly as project manager. Mr. Sides' first roundabout was the pioneering Clearwater Beach Entryway Roundabout in 1998. His roundabout projects have won nine engineering, planning and construction awards. He teaches roundabout courses for the National Highway Institute and the University of South Florida. Mr. Sides is a long - serving member of both the Transportation Research Board (TRB) Roundabout Committee and the Institute of Transportation Engineers (ITE) Roundabout Committee, and he is chair of the TRB Sub -Committee on Autonomous Vehicles and Roundabouts. TRB is an arm of the National Academy of Sciences. He is a certified Professional Transportation Operations Engineer (PTOE), an accredited member of the Congress of New Urbanism (CNU-a), and a certified bicycle safety instructor (LCI). His peers have named him Engineer of the Year four times. fleng.org OCTOBER 2019 1 JOURNAL Florida Engineering Society 1 21 COLLIER COUNTY PROJECTS Collier County CEI Services for Public Utility Renewal Program, Brandin, Community Awareness & Website Maintenance Project Marketing and Community Engagement / Collier County, FL (2015 - Present) Working closely with the county and prime contractor project teams, Quest executed the design, development and quality control of the project brand identity, brand messaging and all public information -related collateral. This multi -phased utility construction project includes a logo, project card and a website at www.CollierPUR.com. Additional public information collateral includes public meeting signage and project fact sheets as well as a community awareness plan. Ms. McClellan supports this project as Quest maintains the project website, adding and revising updates regarding progress of work completed for stormwater, wastewater and other improvements in each of the basins, including Basin 101, Basin 305, and Basin 306. Collier Countv Public Utilities Renewal Program (Basin 305 - MPS 308 FM Naples, FL (2019 - Present) Quest supports public information initiatives for Collier County's Basin 305 - Master Pump Station 308 Force Main program, a large-scale wastewater utility repair and replacement program east of Naples. Quest supports preparation of a stakeholder database, coordinates media relations, writes press releases, logs and responds to public input via a 24-hour project hotline, provides information for and updates the project website, organizes and develops materials for a construction open house, coordinates with HOAs in the project limits, and creates and distributes project information. Collier County. Public Utilities Renewal Program (Basin 306) Naples, FL (2017-2018) Quest led public information efforts for a large-scale water utility repair and replacement program in Collier County. This program improves wastewater service to large, heavily populated portions of Collier County and laid the infrastructure foundation for future growth in the region. The program is comprised of three main project areas, each with its own CEI, FOR and contractors. Quest has been responsible for public information initiatives for the Basin 306 program in East Naples, handling and cataloguing public input to the 24-hour project hotline for community concerns, providing updates for the program website, organizing and/or providing information at neighborhood meetings, and creating and distributing program information. Collier County East of CR 951 Bridges Study Naples, FL (2020 - present) Quest is leading public information efforts for a large-scale bridge study in Golden Gate Estates Area. This study brings significant connectivity improvements to enhance the flow of traffic and provide greater access to the community and to emergency responders in navigating around the Golden Gate Estates area and to and from the greater Naples area. Quest is organizing a series of public meetings to inform stakeholders about the proposed bridges, share an anticipated timeline for design and construction, share information about the components the finished bridges will include and the benefits they will bring to the area. Collier County East Naples Community Development Plan Naples, FL (2020 - present) Quest is leading public engagement efforts for the East Naples Community Development Plan which aims to identify the needs for future development and growth in the East Naples area. A crucial component of the study is input from the community to establish a baseline of what the community needs and wants in the area that can inform future land development code and uses in the community. The study area primarily surrounds the corridors of Airport -Pulling Road to the west, US 41 to the south, CR 951 to the east and Davis Boulevard to the north. Quest is conducting community outreach at local venues to raise awareness about the study and encourage participation, and includes development of an e-newsletter, development of an e-mailing distribution list, facilitating stakeholder concerns about the plan, supporting a public meeting about the study, and media relations for the study. STORMWATER PROJECTS City of Cape Coral Nicholas Parkway West Access Management and Waterline Design Project Community Engagement and Outreach l Cape Coral, FL (2019 - 2020) Ms. McClellan developed and managed community engagement activities for this multi -faceted design project, which includes access management and replacement of the underground waterline along Nicholas Parkway between Santa Barbara Boulevard and Pine Island Road. Ms. McClellan was responsible for overseeing the planning of all aspects of community engagement: approving project website copy, supporting development of a database of impacted stakeholders, leading creative efforts in developing outreach collateral and public meeting materials, coordinating public meeting logistics, approving project news releases, and responding to stakeholder and media inquiries. City of Cape Coral SE 47th Terrace Utility. Streetscape and Roundabout Design -Build Proms Community Engagement and Outreach / Lee County, FL (2017 - 2019) Quest managed community engagement services for this high -profile utility improvement and streetscape construction project along SE 47th Terrace from Coronado Parkway to SE 15th Avenue in downtown south Cape Coral. Ms. McClellan served as the lead community engagement liaison responsible for developing a marketing campaign and stakeholder engagement strategy as well as conducting two public meetings during the design phase to build consensus for the project. In her role, she created impactful collateral and FAQs to disseminate project information, developed content for a project website and engaged the community via a project Facebook profile, developed eye- catching and impactful project progress videos and hosted pop-up information engagement events at several of the businesses throughout the project limits and over the life of the construction project. In addition, Ms. McClellan maintained the project database and project hotline, conducted media relations, and communicated with diverse communities and businesses to facilitate project concerns from stakeholders. The project includes water, sewer, reclaim, stormwater, and conduit for electrical as part of the underground utility improvements to prepare for future growth of the downtown area. Additionally, the above -ground streetscape improvements enhance safety and convenience for walkers, cyclists and motorists, while beautifying the district and increasing its appeal as an entertainment destination. US 41 Venice Bypass I Florida Department of Transportation (FDOIJ District One Community Engagement and Public Information l Venice, FL (2019 - Present) Quest provides public information for this Florida Department of Transportation roadway widening project in Venice, that includes significant stormwater improvements along a 1-mile stretch of US 41. This project is widening US 41 from Center Road to Gulf Coast Boulevard from a four -lane to a six - lane highway, and includes replacing traffic signals, installing new pavement markings and signage, installing concrete curb, sidewalks, improving new drainage, and installing new highway lighting. In her role, Ms. McClellan works with the many businesses and stakeholders in this heavily traveled corridor that also serves as a hurricane evacuation route. She meets with them one-on-one regarding their questions and concerns about the project and ongoing construction, raises awareness about the improvements the project brings to the corridor, coordinates notifications to stakeholders regarding changes to business access, monitors a project information line and email, provides quarterly newsletters on completed milestones in the project and provides Road Watch updates. Administrative Services Department Procureinent Services Division Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services Reference Questionnaire for: A noli, Barber & Brundage, Inc. (Name of Company Requesting Reference Information) Dominick J. Amico, P.E. (Name of Individuals Requesting Reference Information Name: Jerry Kurtz, P.E., Principal Project Manager (Evaluator completing reference questionnaire) Email: FAX: Company: Collier County Stormwater Management (Evaluator's Company completing reference) 239-252-7641 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or - form will be scored "0." Project Description: Gordon River Improvements Completion Date: October 2018 Master Plan Project Budget: $163,149 Project Number of Days: 545 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 _41ate4r)�,Z, 12 - S--,I& Corer County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services Reference Questionnaire for: A noli, Barber & Brundage, Inc. (Name of Company Requesting Reference Information) Dominick J. Amico, P.E. (Name of Individuals Requesting Reference Information Name: Claude Nesbitt, Project Manager (Evaluator completing reference questionnaire) Email: claude.nesbitt@colliercountyfl.gov FAX: Company: Collier County Facilities Management Division, Public Utilities Department (Evaluator's Company completing reference) 239-252-7641 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Lake Trafford Memorial Gardens — Completion Date: November 2018 Drainage Study for Improvements; Design & Construction Services Project Budget: $36,164 Project Number of Days: 360 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 corer County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services Reference Questionnaire for: A noli, Barber & Brunda e,lnc. (Name of Company Requesting Reference Information) Dominick J. Amico, P.E. (Name of Individuals Requesting Reference Information) Name: Diana Dueri, PMP, Senior Project Manager (Evaluator completing reference questionnaire) Email: Diana. FAX: Company: Collier County Engineering & Project Management Division (Evaluator's Company completing reference) 252-4218 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: East Naples Water Main Rehabilitation (Naples Manor) Project Budget: $143,080 Completion Date: 2013 (Design); 2014 (Construction) Project Number of Days: 365 Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Cotner County Admm6taWe Services DWad ment Procurement Services Division Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services Reference Questionnaire for: Agnoli, Barber & Brundage, Inc. (Name of Company Requesting Reference Information) Dominick J. Armco, P.E. (Name of Individual Requesting rence Information Name: Margaret A. Bishop, P.E. o pany: Collier County Facilities Management Div (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: nnar ar•et.bisho colliercoim fl. ov FAX: Telephone: 239-252-5857 Collier County has implemented a process that collects reference information on firms and their Ivey personnel to be used in the selection of firms to perform this project. Tine Name of the Company listed in the Subject above has listed you as a client far 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 firrn/individual again) and 1 representing that you were very unsatisfied (and would never hire the firn/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: East Naples Community Park - Completion Date: June 2018 Phase I, Infrastructure Improvements/Master Planning; and Phase II, Pickleball Complex Project Budget: $83,826 Project Number of Days: 365 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 QuaIity of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances_ 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the fixture (customer satisfaction). 10 TOTAL SCORE W ALL ITEMS 100 c�L city Adrn nistra Services Departrnern FYr wnvnt Services DrvGion Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services Reference Questionnaire for: A noli, Barber & Brundage, Inc. (Name of Company Requesting Reference Information) Dominick J. Amico, P.E. (Name of Individuals Requesting Reference Information) Il• to l0 Name:Allyson M. Holland, P,E., Deputy Director Company: City of Naples, Utilities Department (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) l3 Email: ANMolland@napiesgov.com FAX: 239 213-4799 Telephone. 239 213-47 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 I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Design Improvements of Pump Completion Date: January 2019 Stations 22 & 26 Project Budget: $49,819 Project Number of Days: 90 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). l 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. , 4 Quality of consultative advice provided on the project. to 5 Professionalism and ability to manage personnel. ]0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) t IV 7 Ability to verbally communicate and document information clearly and succinctly. 14 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 1 Orb Carter county Administrative Services Qepartment Prowrement Semnces division Reference Questionnaire Solicitation: RPS 20-7678, Solana Road Stormwater Improvements Design Services for: 2 Inc. (Name of Company Requesting Reference Information) Edward F. Tryka, III, P.E. (Name of Individuals Requesting Reference Information) Name: Matt Feeney, Public Works Director (Evaluator completing reference questionnaire) Email; AX. Company: City of Bonita Springs (Evaluator's Company completing reference) Tele 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 unsatisfied (and would never hire the firm/indivdival 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 " la " City of Bonita Spprings Downtown Project Description: Rg gvelopment 1'Wigg Completion Date: u u t 2 Project Budget: $884,000 Project Number of Days: 990 Item Citeria Score I Ability to manage the project costs (minimize change orders to scope). to- 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 1 r 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. }� (J 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, eta.) 7 Ability to verbally communicate and document information clearly and succinctly. to 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). r TOTAL SCORE OF ALL ITEMS 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@cityof Bonita .org COMMENCEMENT November 2014 COMPLETION September 2017 Opening CONSTRUCTION COST $16,000,000 $863,400 (ABB Fees) CONTRACTOR Wright Construction Group, Inc. ' GNOLI ■■■■" """MMMM,BARBER & ■■■■■■" """' RUNDAGE, 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. co&r county Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: #18-7432-CE — Professional Services Library Civil Engineering Category Reference Questionnaire for: Emilio J. Robau, P.E. and Staff (Name of Company Requesting Reference Information) Robau and Associates, LLC (Name of Individuals Requesting Reference Information) Collier County Adminhistrative Services Department Procurement Services Division Name:Jeffery A. Carter Company:State of Florida Department of (Evaluator completing reference questionnaire) Environmental Protection (Evaluator's Company completing reference) Email: Jeffrey. A.Carter qde .state.fl.us FAX: 239-530-5983 Tel hone:239-530-5940 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Rookery Bay Watershed Modeling Restore Henderson Creek Project. Project Budget: $25,000 Completion Date: 11-15-2014 Project Number of Days:180 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). f ll� 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. D 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.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. ID 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. f D 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Ca ter COunty Administrative Services Department P=urement Services Division Reference Questionnaire Solicitation: 18-7432-ST Reference Questionnaire for: Bridgine Solutions. LLC (Name of Company Requesting Reference Information) Ralph Verrastro, PE and Rolando Corsa, PE (Name of Individuals Requesting Reference Information) Name: Marlene Messam, PE (Evaluator completing reference questionnaire) Email: FAX: NA Compare ff ollier County (Evaluator's Company completing reference) 239-252 5773 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Immokalee Road Bridge (#030138) Completion Date: April 2018 Project Budget: NA Project Number of Days: NA Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 CoiLier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 18-7432-ST Reference Questionnaire for: Bridgine Solutions. LLC (Name of Company Requesting Reference Information) Ralph Verrastro, PE and Rolando Corsa, PE (Name of Individuals Requesting Reference Information) Name:Gary Putaansuu, PE (Evaluator completing reference questionnaire) Email: FAX: NA Compariff ollier County (Evaluator's Company completing reference) 252-5876 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 unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Bridge Program Study Report Completion Date: December 2014 Project Budget: NA Project Number of Days: NA Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Evaluation Criteria 4: Project Approach, Willingness to Meet Time and Budget Requirements Background and Understanding The Solana Road Stormwater Improvements project represents one of the major elements in Collier County's ongoing efforts to rehabilitate and improve drainage in the Gordon River Watershed ("Watershed"). Specifically, this project is targeted at the twin (2) objectives of increased stormwater flows east into the upper Gordon River ("River") and lowered stages in the Goodlette-Frank Roadway ditch ("GFR Ditch"), the success of the latter being essential to the County's other stormwater initiatives south of this location, in particular the County's joint stormwater-sewer project now underway in the vicinity of Ohio Drive. The drainage in some of these neighborhood areas was found to critically underperform during Hurricane Irma in 2017. It should be noted that the GFR Ditch which runs north -south plays a central role in this Watershed since it collects all the runoff from contributory areas west of the roadway. These areas which consist mostly of residential streets with legacy stormwater systems afford practically no storage attenuation and effectively discharge directly into that ditch. Unfortunately, limited opportunities exist for shunting this water east to the River, thus placing more emphasis on the few available drainage connections. Other design alternatives would require stormwater links that do not currently exist, the acquisition of drainage easements which, even if possible, are beyond local budgets. The Solana Road outfall which drains the upper northwest quadrant of the Watershed is, therefore, a key component, and any improvements to its capacity offers a unique opportunity to provide flooding relief to Collier County residents west of Goodlette-Frank Road (ref. Exhibit 1). Design Considerations An integral component of the project design will be the development and full understanding of the impacts likely to be caused by the installation of these new culverts and conveyance improvements. The proposed design will build on existing drainage links between the Goodlette-Frank Roadway ditch to the Gordon River. The ultimate goal is to transform the links in this existing drainage connection, which consists of open channels and assorted culverts, into a unified conveyance with vastly improved hydraulic performance. A successful project outcome will allow more efficient, and consequently larger, flow diversions east into the upper reaches of the Gordon River, the eventual outfall for all the runoff which enters the GFR Ditch. The Gordon River Master Plan recommendation for Solana Road anticipates the replacement of those various links by installing a 4 ft x 11 ft box culvert for most of this length (1,941 LF), terminating with a segment of improved open channel (1,000 ft), for final connection into the River. It may be readily grasped, and this is confirmed by modeling, that the full buildout option would likely provide the most significant improvement since all underperforming segments are replaced. However, as outlined in the RPS, the County also wishes to explore some alternate scenarios, perhaps targeted towards replacement of only certain links, leaving in place other segments, the 4 ft x 8 ft box culvert (990 LF) being mentioned. It should be noted that numerous stormwater projects and other drainage initiatives have been implemented in this Watershed since completion of the original Gordon River Master Plan. This modeling review, which will be based on current existing conditions, will provide a timely update and revisit the validity of certain assumptions implicit in the previous modeling effort. By factoring in the impacts of all recent improvements, this exercise should allow better understanding of the practical benefits to more modest improvements with potentially less intrusive and costly ramifications. The challenge is, therefore, to deliver a final design which still achieves the basic objectives as originally envisioned in the Gordon River Master Plan: • Increase the conveyance outflowing east into the Upper Gordon River. • Lower the peak stage in Goodlette Frank Ditch downstream of Solana Road. These results (9.0 ft- NGVD) are already implicitly assumed in the West Goodlette-Frank Road Area joint Stormwater Sewer Project. In this effort, the assembled team of Agnoli, Barber and Brundage ("Team") offers all the depth and background necessary to fully investigate the performance of these various options. ABB's ongoing (and past) work in the Gordon River Watershed, as well as familiarity with the XPSWMM watershed model, will allow a thorough review of any of these alternative scenarios with unmatched efficiency. The modeling review will be conducted exclusively by Robau and Associates, engineering consultants highly regarded for their stormwater modeling work and their expertise in local issues. They will provide independent Team review and seasoned engineering judgment so that ultimately the County's selected work plan can move forward with the highest level of confidence. r— i Improvements to outfoll I drainage links Rd. i Key Design Element Lowered peak stage in Goodlette-Frank ditch outfall. The proposed modeling0 scenarios will test the I. r .. .7T system under the 25-yr :::: .... cNola Gordon River design storm event since H F-BARBER & :......B VI'4nAcl'.,TN[�. Watershed Schematic this is the required _ threshold for Agency permitting. Modeling scenarios for other storm events may be considered, and our modeling Team will provide this analysis if so directed; this would include the 100-yr event for FEMA compliance. Since these improvements are stormwater-related, the modeling can only offer an assessment of hydraulic constraints under pre- versus post -conditions. Exhibit: 1 Project Schedule and Work Plan As outlined, our Team expects the initial phase of work to include a review of all design options at the County's direction. We expect this phase to include modeling review of alternate design scenarios in sufficient detail to inform the decision -making process. Work in this phase will also include any required topographic survey and geotechnical fieldwork, as well as other fact-finding to fully understand potential utility conflicts, underlying ground conditions, any roadway impacts and, importantly, any potential ramifications which would place unnecessary burdens on the property owners in this corridor. This phase will also include review of available cost estimates, especially if any suggested design changes also result in significant adjustments to these costs. Naturally, the cost/benefit of any such changes will be thoroughly investigated in coordination with Collier County. To ensure that adjacent property owners and other stakeholders are kept adequately informed on the progress of this initiative, our Team has retained the services of Quest Corporation of America, a firm noted for its successful community outreach and public information programs. Their work on similar projects has been notable including, recently, the 308 Forcemain Project for Collier County which deserves mention. With the County's assistance, our Team will develop a program designed to inform the public and gather input from all relevant parties so that residents can air out any potentially contentious issues and ultimately support the goals of the project. At a minimum, this task will include public meetings at the 60% project design milestone, or whenever circumstances arise which make this necessary. Moreover, we expect these consultations to remain ongoing for residents and businesses being directly impacted by this project since their cooperation will be essential for the successful outcome of the Solana Road project. At the completion of this preliminary design analysis and vetting process, our Team will move forward with full design of the final improvement(s). With this phase of work, we will also initiate consultation with permitting agencies, which will include County, City of Naples, State (FDEP, SFWMD) and Federal (USACE, USFW). Although this work is principally centered on improvements to drainage infrastructure, we are confident that the project will also result in water quality improvements, particularly with regards to those portions of the Goodlette-Frank Roadway ditch lying upstream of the Solana weir, immediately upstream of this project (ref. Figure A). Depending on the final scope of work and the complexity of proposed project, we expect that agency permit applications will be filed by the 60% design stage. It's important to note that there can be significant uncertainty with regards to permitting timelines, often as a result of circumstances beyond the Consultants' and County's control; any riyurrri. �uiuriu VVC,,, kJUUu1c«C-r,u,�n suggested timeframes may, therefore, be recalibrated if other issues Road Ditch Upstream of Project come to the fore. However, Solana Road is but one of the components within a larger slate of improvements proposed for this Watershed, and agency permits have already been successfully obtained for other related elements including the Freedom Park Drainage Improvements, recently permitted by ABB (USACE and SFWMD permits/February 2020). Our Team, therefore, remains confident in our ability to secure all Agency permits successfully for this work. Although the project objectives are mostly centered about issues of drainage and stormwater conveyance, ABB will not overlook the esthetics in this design proposal. The replacement of these stormwater culverts, and the restoration work which will follow, present a great opportunity to improve the visual appeal in this drainage corridor. To this end, our Team includes a creative and fully licensed Landscape Architect who will spearhead this effort. This work, which will require close consultation with the County and property owners, will ultimately coalesce into an attractively landscaped and engaging amenity, appealing to the local residents and pedestrians who access the golf course(s) and residential areas served by Solana Road (ref. Figure B). At the 60% and 100% design stage, and at the County's direction, the Team will provide updated cost estimates as more project details become available. The final (100%) design submittal will include signed and sealed construction -ready plans, cost estimates, bid tabs and construction documents. At a minimum, the plans will consist of the following: Cover Sheet, Existing Conditions, Site Plans, Landscape Plans, Demolition Plans, Grading Plans, Cross -Sections, Stormwater Structure Details, Structural Engineering Designs, Utility Details and Conflicts, Traffic Maintenance (MOT) Plans, Erosion Control Plans and SWPP. Construction documents at the 100% design milestone will include any Special Conditions and Technical Special Provisions, all documentation the County will require in order to successfully offer the project out to bid. The selection of a qualified and competent contractor will be vital to this Figure B. Solana Road North ROW i work, and, to the fullest extent possible, our team is prepared to assist the County in this bidding and selection process. For the duration of this effort, the ABB Team expects to devote the required resources to help guide the County through each construction phase and to successful project completion. Finally, as demonstrated by our portfolio of past projects, including our work on the Gordon River Master Plan, the ABB Team brings an unmatched level of experience and intimate familiarity with all the salient issues on this project. Our Team includes talented and seasoned professionals, individuals who have collaborated extensively on past projects and who fully appreciate the constraints, to design or otherwise, implicit in this initiative. At the core, our key Team members are known experts in their field and have the collective depth of experience and background knowledge to formulate the necessary strategies for success in this endeavor. Our engineering design Team is entirely comprised of local firms, and the County can be fully confident that if selected, we will prove to be reliable and competent partners in the Solana Road project. Conclusion ABB has a long record of work accomplishments and numerous completed stormwater projects in Collier County and, in the process, acquired significant expertise which will be invaluable to the County's efforts. Ultimately, we have a realistic understanding that the design of this new conveyance is likely to be constrained by the practical issues of infrastructure cost and constructability. Success in this effort will, therefore, require striking a proper balance between these countervailing elements while delivering effective results. Importantly, this will have to be accomplished without compromise to the expected level of improvement, at least the level which will maintain the County's flood relief goals, and that which the residents and stakeholders have been hoping for. A careful review of the outline we have presented should highlight our grasp of the level of effort and commitment this project will require. We are confident you will find that the unique experience and talents of individuals on our team is more than adequate to this task. Solana Road Stormwater Improvements Design Services Project Task ID 1 2 Task Name Project Management Modeling Review Duration 645 Days 75 Days Month 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24-37 3 Design Phase 240 Days 3.01 Survey 30 Days 3.02 Geotechnical 45 Days 3.03 30% Design Plans 90 Days 3.04 60% Design Plans 90 Days 3.05 Final Plans & Construction Documents 45 Days 4 Permitting ** 90 to 365 Days SFWMD ERP 90 Days US Army Corps of Engineers (if needed)*** 365 Days Collier County ROW 30 Days 5 Post -Design Services 390 Days Prepare Bid Documents 30 Days Procurement Process 60 Days Contractor Selection & BOCC Award 60 Days Services During Construction 270 Days Project Closeout 30 Days Permitting schedule may be extended due to USCOE permit. If needed, construction commencement will need to wait on USCOE Permit; schedule will need to be adjusted accordingly. LOCATION Evaluation Criteria 5: Location Agnoli, Barber & Brundage's office is located in North Naples on US 41 across from Pelican Bay. ABB has operated from this company -owned location for over 37 years. Benefits of our location include: i Prominent local presence along US 41. ➢ All staff live locally within 30 minutes from the office. i Our firm location is in close proximity to our team members. ➢ Approximately 4 miles to project site - quick response time for meetings on site. Quick dissemination of information/documents to construction site as needed. i Approximately 8 miles to Collier County's Growth Management Offices. i Quick access to the regulatory offices of agencies such as FDEP, FDOT, USACOE, SFWMD, etc., from which the County will need to obtain permits for its work. We are able to meet with these agencies with little notice to answer questions or provide additional information. ation of America and O'Lakes, FL) Project Manager 0 Bridging 5olutions Agnoli, Barber & Brundage, Inc, *Forge Engineering *Project Site Collier County Growth _ . Robau & Associates Management Office RECENT, CURRENT AND PROJECTED WORKLOADS OF THE FIRM Evaluation Criteria 6: Recent, Current and Projected Workloads of the Firm At the beginning of every week, ABB has a project workload meeting where we assess current workloads and project priorities. All our management and staff are engaged and involved in the day-to-day activities of our firm. This business dynamic allows ABB to have great maneuverability in the face of constantly evolving and changing projects. After all, an effective team moves fluidly with the ability to react and change directions as needed. ABB has dedicated specific resources and personnel to this project and will provide constant attention to this project to shape it into the desired outcome to meet project schedules. In addition, we have confirmed that our Subconsultant firms have the capacity for this project. Firm Project Disciplines Availability for Project Agnoli, Barber & Brundage, Inc. Civil Engineer/Survey/ Landscape Architecture 20% (Project will require less than 10% firm capacity/month) Robau and Associates, L.L.C. Civil Engineer/Modeling 25% (Project will require less than 10% firm capacity/month) Bridging Solutions, LLC Structural Engineer 20% (Project will require less than 5% firm capacity/month) Forge Engineering, Inc. Geotechnical Engineer 20% Passarella & Associates, Inc. Environmental 25% Quest of America, Inc. Public Information 75% ATTACHMENTS Colter County Administrative Services Deparbmrd Procurement Services Division Form 2: Vendor Check List Updated: October 24t' 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. NVA The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. MA Any addenda have been signed and included. TUk Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htto://dos.myflorida. com/sunbiz/, ® Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - h=s://www.e-verify.lzo . ® Grant Provisions and Assurances package in its entirety, if applicable. ® Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Agnoli, Barber & Brundage, Inc. Address: 7400 Trail Boulevard, Suite 200 City, State, Zip: Naples, FL 34108 Telephone: (239) 597-3111 Email: amicoCy),abbincxorp A-, j. Representative Signature: Representative Name: Dominick J. Amico, President Date 3 /b ZUW OILcmmty AdmirriWafive SeNioes Division Procurement Services Date: February 24, 2020 Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum # 1: 20-7678 — Solana Road Stormwater Improvements Design Services The following clarifications are issued as an addendum identifying clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Please see the following additional document(s): 1. GORDON RIVER IMPROVEMENTS MASTER PLAN & GOODLETTE-FRANK ROAD STORMWATER OUTFALL IMPROVEMENTS MODELING UPDATE & FEASIBILITY ENGINEERING STUDY; 2. APPENDIX A - EXHIBITS to the GORDON RIVER IMPROVEMENTS MASTER PLAN & GOODLETTE-FRANK ROAD STORMWATER OUTFALL IMPROVEMENTS MODELING UPDATE & FEASIBILITY ENGINEERING STUDY; 3. BURNING TREE DRIVE IMPROVEMENTS CONTRACT PLANS; and 4. GOODLETTE-FRANK ROAD CONTRACT PLANS. If you require additional information, please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicita#lon. !7 (Signature) 130mi Agnoli, Barber & Brundage, Inc. (Name of Firm) 3 �� 2ozo Da e CrArr County Administrative SeNoss Division Procurement Services Date: February 28, 2020 Email: Sarah.Hamilton@colIiercountyfl.gov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum # 2: 20-7678 — Solana Road Stormwater Improvements Design Services The following change is made to the above -mentioned Collier County solicitation: This Addendum is to extend the bid due date: RPS OPENING DAYMATE/TIME: MARCH RCH 2 2m^ MARCH 16, 2020 AT 3:OOPM below and retprn a copy of this Addendum with your submittal for the above referenced solicitation. ,3 Z6e 16 Date Agnoli, Barber & Brundage, Inc. (Name of Firm) Ron Mantis. Governor Halsey Beshears, Secretary bad STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 54.0 AGNDLI, BARBER & BRUNDAGE, INC. 7400 TRAIL BLVD. i SUITE 200 b MAPLES FL 34108 LICENSE NUMBER. CA3664 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com 00 ■ Do not alter this document in any form. 0This is your license. It is unlawful for anyone other than the licensee to use this document. r � :.: Ron DeSantis, Governor Halsey Beshears, Secretary dbpr� STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES AMICO, DOMINICK J. JR! 4541 1ST AVENUE NW NAPLES FL 34119d Or it b. LICENSE NUMBER: PE39382 m EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense-com LF L Do not alter this document in any farm. r 'i This is your license. It is unlawful for anyone other than the licensee to use this document. Ren LkSanrq Winner STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, 5ecrelxy d lar BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA 5TATUTE5 CARR, JAMES A 2590 DAWN CIRCLE NAPLES FL 341030000 C LICENSE NUMBER: PE51318 / EXPIRATION GATE: FEBRUARY 28, 2021 Always verify liC nse5 online at MyFloridalicense.wm Do not alter this document in any form. �w .� � This is your license. It is unlawful for anyone other than the licensee to use this document. soy ors,�r w.c,�er STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION tfatreY eehears, secreeary door BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES TRYKA, EDWARD F. III 5637 WHISPERING WILLOW WAY FORT MYERS FL33906 LICENSE NUMBER: PE60284 EXPIRATION DATE. FEBRUARY 28, 2021 Always verify licenses online at MyFlorldaticense.corn Do not alter this document in any form. O This is your license. It is unlawful for anyone other than the licensee to use this document- RICi( SCOTT, GOVEftNpR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION /pHATF1AN 7RCHEM, SECRETARY dbpr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FL0RIDA STATUTES NAGEON DE LESTANG, JOCELYN R. 421 WIDGEON PT, NAPLES FL 34105 CENSE NUMSERr PESS450 EXPIRATION HATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLiceftw.corn EIAo Do not alter this document in any form. .❑ This is your license. It is unlawful for anyone other than the licensee to use this document- Ron De5antis, Governor Halsey Beshears, Secretary c. r bpr a 0. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES 7400 TRAIL BLVD SUITE 20D y V NAPLES FL 34108 +� yr k LICENSE NUMBER: LC26000620 EXPIRATION DATE; NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense-corn 0��•�T,50 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ap��e Ron DeSantm Governor Halsey Beshears, Secretary q� dbpr a - STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES GUILLOT, BRENT CULLEN 1327 5 ALHAMBRA CiR If :NAPLE5 FL 34103 J LICENSE NUMBER: LA6667385 EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense-corn Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Department oFAgnCulture and Consumer Services Division of Comnmwv 5erviees — l ke[tse No.: Boor'd of ProfcmAansl Surveyorsand Mappers Expiration Date February 28, 2021 31105 Apslarhue Pkway Tallahiww, Florida 32399-6500 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes AGNOLI, BARBER & BRUNDAGE, INC 7400 TAMIAMI TRAIL NORTH SUFM 200 NAPLESS, FL 34108 ADAM H. PLrrNAM COMMISSIONER OF AGRICULTURE 17hs so- in =Wy mar On profem mul surveyor and mapper whow name and sd&r - — abuwm 9- +,r is ticcw:d as required by Chapter 472 Fiends Simwe€. 173oridit Ilrpartmcnt nrAgri eultnre and Cwisunlcr Services Division nFCijmumesriLes � iccnsc No.: LS�335 rr Board of Pn4emionul Surveyors Azad 147nppers Expim inn Date February 2R, 2021 2005 Apalachei! FkwayTalluhussee, F7oridrr32344•$5uo professional Surveyor and Mapper License Under I}tc pro ViStons oC Chapter 472, Florida StatuteN WAYNE DAVIDAGNO1,1 h1R 1363 14TR AVE N NAPLF8, FL 34102 ADAM R. PUTNAM COMMISSIONER OP AGRTCUL'TURF W-S ism cenrf} Ihnt the rr [*nioasr surveyor ant rhnpver wh= name and Wkln-js roe thmwm abatis is 14�nscd :s narurm by Chpma 472 Florida 9uw1a Florida Department of Agriculture and Consumer Services Division of Consumer Services lice rise No.: LS5606 Board or Professional Surveynrcand Mappers Expiration Dwe February 28, 2021 2005 Apalachee Pkwsiy Tallahsswe, FlnrWii 32399-6500 Professional Surveyor and Mapper License Under the provsionts i}f Chanter 472, Florida Statutes GEORGF WILLIAM HACKNEY MR 3641 GOLDEN GATE BLVD E NAPLES, FI, 34120.3725 N1COLE " NIKKV FRIED COMM ISSIONER OF AGRIC LIUl'URE This h co cmify mac cK punk innal €vi yo sixl mapper wins,: name and Adrrsr, are. Am— abawc is lkcrnsed as required byChapeer47], F'loridaSLamim COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 821541 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE -NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 7400 TRAIL BLVD #200 ZONED: BUSINESS PHONE: 597-3111 STATE OR COUNTY LIC #: CA 3664 CLASSIFICATION: ENGINEERING BUSINESS CLASSIFICATION CODE: 03600101 C0& %j GAL FOR +� Corporati n JL I This document is a business tax only. This is not certification that li It does not permit the licensee to violate any existing regulatory zoning la nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. AGNOLI, BARBER & BRUNDAGE, INC. OLI, BARBER & BRUNDAGE, INC i TRAIL BLVD #200 LES. FL 34108 -THIS TAX IS NON -REFUNDABLE - DATE 07/29/2019 AMOUNT 30.00 RECEIPT 501-20-00070370 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 821542 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 7400 TRAIL BLVD #200 ZONED: BUSINESS PHONE: 597-3111 STATE OR COUNTY LIC #: LB 3664 CLASSIFICATION: LAND SURVEYOR COR CLASSIFICATION CODE: 03606001 co / GAL FOR' Corporati n lk � A e This document is a business tax only. This is not certification that lice' It does not permit the licensee to violate any existing regulatory zoning laa nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. AGNOLI, BARBER & BRUNDAGE, INC. GNOLI, BARBER & BRUNDAGE, INC 400 TRAIL BLVD #200 IAPLES, FL 34108 -THIS TAX IS NON -REFUNDABLE - DATE 07/29/2019 AMOUNT 30.00 RECEIPT 501-20-00070370 pr4r, s-or -i COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 190067 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 7400 TRAIL BLVD STE 200 ZONED: C-4 R#821541 BUSINESS PHONE: STATE OR COUNTY LIC #: CLASSIFICATION: LANDSCAPE ARCHITECT BU IN CLASSIFICATION CODE: 03606201 j GAL FORIA 4 Corpora n % This document is a business tax only. This is not certification that lic It does not permit the licensee to violate any existing regulatory zoning la nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. AGNOLI BARBER & BRUNDAGE INC .AGNOLI BARBER & BRUNDAGE INC 7400 TRAIL BLVD STE 200 NAPLES, FL 34108-2855 -THIS TAX IS NON -REFUNDABLE - DATE 07/29/2019 AMOUNT 30.00 RECEIPT 501-20-00070370 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, 2020, that its most recent annual report/uniform business report was filed on February 14, 2020, 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 Fourteenth day of February, 2020 KP Secretary ofState Tracking Number: 7065652923CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/C ertificateOfStatus/C ertificateAuthentication Ron De5antis, Governor -- FBPE IDA BOARD OF PkC1f E S51[hYAL rWi]\E FR$ STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISION5 OF CHAPTER 471, FLORIDA STATUTES T ROBAU AND ASSOCIATES, LLC M■ 2770 HORSESHOE DRIVE S. SUITE 7 NAPLES FL 34104 ►r LICENSE NUMBER: CA30087 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridal-icense.com gl Cz1— 4 Do not alter this document in any form 0 ¢ P%, This is your license. It is unlawful for anyone other than the licensee to use this document. r Ron DeSantis, Governor we BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ROBAU, EMILIO J 2770 HORSESHOE DRIVES. d V SUITE 7 * NAPLES FL 34104 LICENSE NUMBER: PE42710 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com DO not alter this document in any form. FBPE FLOP. VDA 130ARD0F '"LSSONALLNLdNLCRS This is your license. It is unlawful for anyone other than the licensee to use this document. COLLIER COUNTY Q11SI ESS TAX BUSINESS TAX NUMBER: 111872 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSES HOES E • MAPLES FLORIDA 34104. (239) 252-2477 VISIT OURWESSiTEAT: w --ciolliartax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. HORSESHOE DR S #7 C / s FAILURE TO DO So Is CONTRARY TO LOCAL LAWS. LOCATION: 2770 HORS.�� _�,/ ZONED; CITY LIMITS CAL FOrtIN`ti BUSINESS PHONE: 206-8000�C y ROBAU AND ASSOCIATES, LLC STATE OR COUNTY LIC #: 42710 , OBAU, EMILIO J I 770 HORSESHOE DR S #7 t APLES, FL 34104 -THIS TAX IS NON -REFUNDABLE - CLASSIFICATION: ENGINEER � � DATE 0912412019 CLASSIFICATION CODE: 03600801 AMOUNT 30-00 � � RECEIPT 502-20_00134613 This document is a business tax only. This is not certification that fi co It does not permit the licensee to violate any existing regulatory zoning I nor does it exempt the licensee from any other taxes or permits finat may be require` ITY OF -NAPLES L4. B Ul- UA E�S S --T-A X RECEIPT _- ---=- =-- __ _ - 20'19-202O Expiration -Date: - September 30, 2020 THIS RECEIPT MUST BE EXHIBITED CONSPICUOUSLY AT-TH E-ESTAB LISHM ENT OR PLACE OF BUSINESS. IT WILL BECOME- RULLAND VOLD- IF THE BUSINESS- CLASSIFICATION, OWNERSHIP OR ADDRESS IS CHANGED U -ESS THE BUSINESS APPLIES TO THE CUSTOMER SERVICE DIVISION FOR CORRECTION. NL THE FOLLOWING BUSINESS HAS PAID THE REQUIRED BUSINESS TAX Business Name: ROBAU AND ASSOCIATES LLC Business ID#: - 33-62 Location. Address- -2770 SOUTFI_HORSESH[OE DRIVE 7 Reference #: 3660 Classification-- ENGINEER- - Issue Date: September 26, 2019 License Fee: $57.89 v Penalty: $0.00-- L' 11"y Total Pad --$-57.89 Restriction(s): ROBAU, EMILIO 2770 SOUTFI HORSESHOE DRIVE SUITE 7 NAPLES, -FL 34104-7911 Comment(s): 1-1 Awhon-a Sigw� H.— D—wr -THE CITY OF NAPLES-CODE OF ORDINANCES, CHAPTER 34 ARTICLE III AND ATE OF FLORIDA STATUTES 205 ♦ Local Business -Tax --Receipt requ- ired and must be displayed - Applicable tlo-orfly the location address above for the business. ♦ Any receipt obtained under this article, upon a=misrepresentatiori­af a material fact shall be deemed null and void, and the business who has thereafter engaged in any -business- under such receipt shall be subject to prosecution for doing business without a local business tax receipt, to the same effect and degree as though no such receipt had ever been issued. ♦ All- changes require- a new application and a fee of 10% of the business tax -(minimum of $-3 and maximum of $25). City of Naples Finance Department 1735 8th Street South I Naples, Florida 34102 1239-213-1800 www.naplescloy.con: email: custsrv@napiesgov.com 2/25/2020 Detail by Entity Name DMISION OF CORPOR TIONS ! �JS �II;iSUl`•I �� tw u/jirrul ,5unr fif FlurMV websrte Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Limited Liability Company ROBAU AND ASSOCIATES, L.L.C. Filing Information Document Number L08000011557 FEI/EIN Number 61-1553905 Date Filed 01/31/2008 Effective Date 02/01/2008 State FL Status ACTIVE Principal Address 2770 South Horseshoe Drive Suite 7 Naples, FL 34104 Changed: 04/21 /2015 Mailing Address 2770 South Horseshoe Drive Suite 7 Naples, FL 34104 Changed: 04/21 /2015 Registered Agent Name & Address ROBAU, EMILIO J 2770 South Horseshoe Drive Suite 7 Naples, FL 34104 Address Changed: 04/21/2015 Authorized Persons) Detail Name & Address Title MGRM ROBAU, EMILIO J. P.E. 2770 South Horseshoe Drive Suite 7 Naples, FL 34104 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ROBAUASSOCI... 1 /2 2/25/2020 Detail by Entity Name Annual Reports Report Year Filed Date 2017 01/12/2017 2018 04/02/2018 2019 02/22/2019 Document Images 02/22/2019 -- ANNUAL REPORT View image in PDF format 04/02/2018 -- ANNUAL REPORT View image in PDF format 01/12/2017 --ANNUAL REPORT View image in PDF format 03/08/2016 -- ANNUAL REPORT View image in PDF format 04/21/2015 -- ANNUAL REPORT View image in PDF format 04/07/2014 -- ANNUAL REPORT View image in PDF format 05/09/2013 -- ANNUAL REPORT View image in PDF format 04/30/2012 -- ANNUAL REPORT View image in PDF format 04/23/2011 --ANNUAL REPORT View image in PDF format 04/29/2010 --ANNUAL REPORT View image in PDF format 04/19/2009 -- ANNUAL REPORT View image in PDF format 01/31/2008 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=ROBAUASSOCI... 2/2 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARYI dbpr d e - � a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BRIDGING SOLUTIONS, LLC 15863 SECOYA RESERVE CIRCLE e- NAPLES _ FL 34110 iF R LICENSE NUMBER: CA30505 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com E ❑ MAW Do not alter this document in any form. r �}�.y This is your license. It is unlawful for anyone other than the licensee to use this document. �Y �4ilE=F�fi RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY adbpr � a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES VERRASTRO, RALPH 15863 SECOYA RESERVE CIRCLE a NAPLES FL 34110 LICENSE NUMBER: PE39784 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. pti RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY dbpr'� I •��b y'E Tn' ^ I STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIOMS OF.., H.APT R 471, FLORIDA STATUTES CORSA, ROLANDO .. 8112 CHAMPIONS FOREST WAY �YY TAM PA FL 33635 Q EXPIRATION DATE, FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ■ FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY January 29, 2020 Ralph Verrastro, Principal BRIDGING SOLUTIONS, LLC 15863 Secoya Reserve Circle Naples, Florida 34110 Dear Mr. Verrastro: 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 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until January 29, 2021 for contracting purposes. 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, z�Aff Carliayn Kell Professional Services Qualification Administrator www.fdot.gov State of Florida Department of State I certify from the records of this office that PASSARELLA & ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida, filed on May 14, 1996. The document number of this corporation is P96000043419. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 16, 2020, 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 Twelfth day of February, 2020 0�4-A Secretary ofState Tracking Number: 3653495613CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication i ai a O E�+ d a A C7 W a z O z CA 00 a W U W a o rn W z � � H z a � d Q U on O � � z x O U E" 0 0 o o o o M N O � C a a _z o W O O W 7 (/) cn ¢ ¢ cq Q Q � o� V)cno� v N N 911wDeSartmC—or STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Ilahey Br�.+ars. 5ecrelarYdblar BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FORGE ENGINEERING, INC. POST OFFICE BOX 1130,10 NAPLES FL 34108 LICENSE NUMBER: CA7544 _7 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlnridaLiceme.cum 'a" Do not alter this document in any form. ❑' ',. This is your li[ense, It is unlawful for anyone other than the licensee to use this document- sY RonoeSantikG—nor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Ha" BrJr4wE. Sttrclary d bpr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVI5IONS OF CHAPTER 471, FLORIDA STATUTES LUNDBERG, RICHARD PAUL 11109 ORANGE WOOD DR BONITASPRINGS FL 34135 L}CENSE NUMBER: PE42644� EXPIRATION DATE: FEBRUARY 28, 2021 Always verify IICen5e5 online at MyFloridaLicense.com or o Do not alter this document in any form, •❑R This is your license- It is unlawful for anyone other than the licensee to use this document- Ren OeSnnGs, Geremer STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Hahey Beshears, Secretary dUpr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MCGINNIS, ROBERT JOSEPH 3580 3RD AVENUE SW NAPLES FL 34117 LICENSE NUN18ER: PE86581 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.cum Do not alter this document in any form. RIMlicense.This is your It is unlawful for anyone other than the licensee to use this documenL 70 co,er Couvcty Administrative Services Departinent Procurement Services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Finn: A noli, Barber & Brundage, c. Signature and Date: .3 IZ A00o Print Name: Dominick J. Amico Title of Signatory: President c� coHnty Administrative Services Department Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 16 day of March , 2o20in the County of Collier , in the State of Florida Firm's Legal Name: Agnoli, Barber & Brundage, Inc. Address: 7400 Trail Boulevard, Suite 200 City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: -Naples, FL 34108 EIN #59-2287155 (239) 597-3111 Dominick J. Amico, President Additional Contact Information Send payments to: Agnoli, Barber & Brundage, Inc. (required if different from Company name used as payee above) Contact name: Andrea Anderson Title: Controller Address: 7400 Trail Boulevard, Suite 200 City, State, ZIP Naples, FL 34108 Telephone: (239) 597-3111 Email: anderson(d;abbinc.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Caber Couxty Administrative Services Departrnent Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv program may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Agnoli, Barber & Brundage, Inc. Print Name Dominick J. Amico Title President Signature - Date 3 / 6 ZOZD State of Florida County of Collier The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Sworn to before me and subscribed in my presence this / day of rr , 2020, by Dominick J. Amico, President of Agnoli, Barber & Brundage, Inca, wh s personally known to me and who was physically present. -- trRYpu DENtSE ' •-••• : R WICH fiss1on#GG21ot9t Notary Public * Expires May 24,2022 Printed Name: kk� ..FY secG eriE-Vfv- .o. Company ID Number: 226184 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY 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. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). 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. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 42 ..FY secG . 41.v4. E-Verifv-.o. Company ID Number: 226184 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 1-9 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 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. 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 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 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 1-9 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 1-9 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 Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 43 ..FY secG eri E-Vfv- I. 41.v4. J Company ID Number: 226184 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 1-9 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 1-9 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 1-9 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(1)) 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 Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 44 ..FY secG eri E-Vfv- I. 41.v4. J Company ID Number: 226184 (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 VI 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 VI 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 Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 45 ..FY secG eriE-Vfv- .o.,. Company ID Number: 226184 reasonable notice, to review Forms 1-9 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. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 46 ..FY secG eri E-Vfv- I. 41.v4. J Company ID Number: 226184 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 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 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 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 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 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 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 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 47 ..FY secG eri E-Vfv- I. 41.v4. J Company ID Number: 226184 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, 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 Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 48 ..FY secG eriE-Vfv- I. 41.v4. .o.,. Company ID Number: 226184 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 tc 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 Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 49 ..FY secG eri E-Vfv- I. 41.v4. Company ID Number: 226184 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 Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 50 ..FY secG eriE-Vfv- I. 41.v4. J .o. Company ID Number: 226184 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 1-551, Form 1-766, 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. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 51 ..FY secG eriE-Vfv- .o.,. Company ID Number: 226184 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, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 52 011k I.I.I.. r1 �iRHor Company ID Number: 226184 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. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 53 E-Vfv-eri ,s 3�S Company ID Number: 226184 Approved by: Employer Agnoli, Barber & Brundage, Inc. Name (Please Type or Print) Title Daniel W Brundage Signature Date Electronically Signed 06/29/2009 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 06/29/2009 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 54 ..FY secG eriOFs�.. Company ID Number: 226184 Information Required for the E-Verify Program Information relating to your Company: Company Name Agnoli, Barber & Brundage, Inc. Company Facility Address 7400 Tamiami Trail North, Suite 200 Naples, FL 34108 Company Alternate Address County or Parish COLLIER Employer Identification Number 592287155 North American Industry Classification Systems Code 541 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 55 wA er1 OF Company ID Number: 226184 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 56 - i_� 1.1.v r1 1,,� Company ID Number: 226184 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Jonathon Harhen Phone Number (239) 597 - 3111 Fax Number (239) 566 - 2203 Email Address harhen@abbinc.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 57 E-Verifv- h'+siRHor Company ID Number: 226184 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 58 CIL crazy A&*ahtva Pr=rement $ermn Divism Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Agnoli, Barber & Brundage, Inc. (as shown on income tax return) Business Name (i ffdifferent from tax a ei name) Address 740 I Trail Boulevard. Syuite 200 City Naples State Florida 597-3111 zip 34108 com Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 7400 Trail Boulevard Suite 200 Address 7400 Trail Boulevard, Suite 200 City Naples State FL Zip 34108 City Naples State FL Zip_ 34108 Email anderson@abbinc.com 2. Company Status (check only one) _Individual / Sole Proprietor Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification w io_ 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 59-2287155 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under venalties of i�eriuri% I cerdli tilt the inlormation shown on this form is correct to mi knowled -e Si e - ' � Date 3�6�Z02-CJ Dominick J. A o Title President Phone Number (239) 597-3111 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hops://4pps.fldfs.com/bocexempt/ 2. ® Employer's Liability $ 1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to. reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_500,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Nlon-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ _1,000,000_ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/18/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm A noli, Barber & Brundage, Inc. Date 31/to /Zo 2.0 Vendor Signature Print Name Dominick J. Amico, P.E. Insurance Agency Gulfshore Insurance Agent Name Taylor Fedronich Telephone Number (239) 435-7108 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS COLLIER COUNTY FEMA - HAZARD MITIGATION GRANT PROGRAM (HMGP) CONTRACT PROVISIONS CFDA 97.039 This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: The Hazard Mitigation Grant Program (HMGP) is generally governed by the following statutes and regulations: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Parts 7, 9,10,13,14,17,18, 25, 206, 220, and 221, and any other applicable FEMA policy memoranda and guidance document; o The Robert T. Stafford Disaster Relief and Emergency Assistance Act o State of Florida Administrative Plan for the Hazard Mitigation Grant Program FCP-1 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS APPLICABLE FEMA HMGP PROVISIONS Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, Collier County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Administrative, Contractual, or Legal Remedies: Applies to contracts greater than the simplified acquisition threshold, currently set at $250,000. Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Americans with Disabilities Act: The contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seg.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and local government services, and telecommunications. Buy America Act: Applies to subcontracts. The contractor agrees to comply with 41 U.S.C. 10a. All unmanufactured and manufactured articles, materials and supplies which are acquired for public use must have been produced in the United States as required under 41 U.S.C. 10a, unless it would not be in the public interest or unreasonable in cost. Byrd Anti -Lobbying Amendment: Applies to contracts >$100,000. Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Changes: See Standard Purchase Order Terms and Conditions. Clean Air Act and the Federal Water Pollution Control Act: Applies to all contracts and subcontracts >$150,000. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. Contract Work Hours and Safety Standards: Applies to Contracts >$100, 000 and involves the employment of mechanics or laborers. 29 C.F.R. § 5.5(b) (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. FCP-2 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph ( 1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms: §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. b. The requirement outlined in subparagraph a. above, sometimes referred to as "socioeconomic contracting," does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather, the requirement only imposes an obligation to carry out and document the six affirmative steps identified above. c. The "socioeconomic contracting" requirement outlines the affirmative steps that the Sub -Recipient must take; the requirements do not preclude the Sub -Recipient from undertaking additional steps to involve small and minority businesses and women's business enterprises. d. The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Sub -Recipient to break a single project down into smaller components in order to circumvent the micro -purchase or small purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project splitting"). FCP-3 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS Copeland "Anti -Kickback" Act: a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as provided in 29 C.F.R. § 5.12. Debarment and Suspension: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b). During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, FCP-4 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Procurement of Recovered Materials (§200.322): Re( s u irements: The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (III) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-quideline-cpq-program. (3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. FCP-5 EXH. 1.A FEDERAL GRANT CONTRACT PROVISIONS Termination for Cause and Convenience: Applies to all contracts >$10,000. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. STATE PROVISIONS Convicted Vendor and Discriminatory Vendors List: Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Immigration and Nationality Act: The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INK)]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Public Records: The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the ambit of the public record requirements. However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law. Record Retention: The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. FCP-6 EXHIBIT I.B FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name A,noli, Barber & Brunda.,e, Inc. Date 3 �6 2OZ0 Authorized Signature d,) Dominick J. Amic , P.E., President EXHIBIT LB - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR AL,noli, Barber & Brundage, Inc. By: Signature Dominick J. Amico, P.E., President Name and Title 7400 Trail Boulevard, Suite 200 Street Address Naples, FL 34108 City, State, Zip 11-413-9991 DUNS Number 3 /6 z6z,0 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: H0309 FEMA Project Number: 4337-192-R EXHIBIT 1.6 - 2 COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the Vendor/Prime Contractor to either provide a revised statement or provide source documentation that validates a status. Contractor means an entity that receives a contract. A. VENDOR/PRIME CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Agnoli, Barber & Brundage, Inc. 59-2287155 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN? Y NO 15 THE ACTIVITY OF THIS CONTRACT, MINORITY OR WOMEN BUSINESS ENTERPRISE (DBE/MBE/WBE)? OR HAVE A SMALL DISADVANTAGED DBE? Y ON CONSTRUCTION? Y ON BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y ON CONSULTATION? YO N ADMINISTRATION? OR A SERVICE DISABLED VETERAN? WBE? Y NO OTHER? O N SDB 8A? Y NO IS THIS SUBMISSION A REVISION? Y NO IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE, MBE, WBE I SUBCONTRACTOR OR SUPPLIER I TYPE OF WORK OR I ETHNICITY eBelowCO)DE VET, SMB8A NAME SPECIALTY PERCENT OF CONTRACT DOLLARS MBE IRobau and Associates, LLC Engineer I HA 15% WBE Quest Corporation of Public NMW 10% America, Inc. I Information TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Dominick J. Amico, P.E. 3/16/20 President EMAIL ADDRESS OF PRIME (SUBMITTER) TELEPHONE NUMBER FAX NUMBER amico@abbinc.com (239) 597-3111 (239) 566-2203 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian -Pacific American APA Non Minority Women NMW Other: not of any other group listedi 0 I D. SECTION TO BE COMPLETED BY COLLIER COUNTY I DEPARTMENT NAME I COLLIER CONTRACT # (IFB/RFP or PO/REQ) I GRANT PROGRAM/CONTRACT (ACCEPTED BY: I DATE I EXHIBIT LB - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Agnoli, Barber & Brundage, Inc. Contractor (Firm Name) Signature of Co ractor's Authorized Official Dominick J. Amico, P.E., President Name and Title of Contractor's Authorized Official -3/ ib/6 70 Date EXHIBIT 1.13 - 4