Loading...
Agenda 07/14/2020 Item #16A37 (RPS #20-7710 - Plantation Island Waterways)07/14/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 20-7710, “Plantation Island Waterways Post-Hurricane Irma Restoration Pre-Design Study,” and authorize staff to begin contract negotiations with the top-ranked firm, Atkins North America, Inc. OBJECTIVE: To obtain professional services for surveying, mapping, Preliminary Engineering Design, and Environmental Assessment related to the post-Hurricane Irma restoration of the waterways of Plantation Island in Collier County, Florida. CONSIDERATIONS: Plantation Island is a census-designated rural community located southeast of Everglades City in Collier County with approximately 2 miles of man-made and natural waterways. The waterways serve as stormwater conveyance and some navigability to the Barron River and neighboring tidal waters. In 2017, the severe winds and storm surges of Hurricane Irma deposited heavy amounts of vegetative debris and silt throughout the canal system leading to degradation of the water quality and usable condition of the waterways of the community. The Florida Legislature has appropriated funding through House Bill 3187 in FY2019-20 budget for pre-design and environmental evaluation studies to assess the structural and ecological conditions of the canals to determine the best course of action for prioritized restoration of the waterways. On March 4, 2020, the Procurement Services Division issued a notice for RPS No. 20-7710, Plantation Island Waterways Pre-Design Study. The County notified 31,956 firms, 132 interested companies downloaded the solicitation documents, and staff received four proposals by the April 3, 2020, submission deadline. The County determined that all four firms were responsive and r esponsible. The selection committee met on May 8, 2020, scored each of the proposals and shortlisted the following four firms to move on to step 2, oral presentations: Atkins North America, LLC., Greenman-Pederson, Inc., TY LIN International, Turrell, Hall and Associates, Inc. On May 20, 2020, the selection committee reconvened for step 2 oral presentations, where each firm presented, resulting in the following ranking: Respondents: Company Name City County State Final Ranking Responsive/Responsible Atkins North America, Inc. Ft. Myers Lee FL 1 Yes/Yes Greenman-Pederson, Inc. Tampa Hillsborough FL 2 (TIE) Yes/Yes TY LIN International Ft. Myers Lee FL 2 (TIE) Yes/Yes Turrell, Hall and Associates, Inc. Naples Collier FL 3 Yes/Yes Staff is recommending negotiations with the top-ranked firm, Atkins North America, Inc., and in the event that an agreement cannot be reached with Atkins, staff will continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration. FISCAL IMPACT: After an agreement has been reached, staff will bring the negotiated agreement to 16.A.37 Packet Pg. 1362 07/14/2020 the Board for approval. Funding for the subsequent contract is available in the GMD Grant Fund (711), project 60238. GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the County’s Growth Management objectives and produces no negative impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT. RECOMMENDATION: To approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 20-7710, “ Plantation Island Waterways Pre Design Study,” and authorize staff to begin contract negotiations with the top-ranked firm, Atkins North America, Inc., and in the event that an agreement cannot be reached with Atkins, staff will continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration. Prepared By: Brittany Lazo, Stormwater, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. 20-7710 final ranking (PDF) 2. 20-7710 NORA (PDF) 3. [LinkedX] Atkins_RPS_No._20-7710_Plantation_Island_Waterways_Pre-Design_Study (3) (PDF) 4. 20-7710 Solicitation (PDF) 5. EXH_1A1B_Grant_Contract_Provisions_and_Assurances (PDF) 16.A.37 Packet Pg. 1363 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.37 Doc ID: 12627 Item Summary: Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 20-7710, “Plantation Island Waterways Post-Hurricane Irma Restoration Pre-Design Study,” and authorize staff to begin contract negotiations with the top-ranked firm, Atkins North America, Inc. Meeting Date: 07/14/2020 Prepared by: Title: – Capital Project Planning, Impact Fees, and Program Management Name: Brittany Lazo 06/11/2020 8:58 AM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 06/11/2020 8:58 AM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Completed 06/11/2020 9:59 AM Procurement Services Opal Vann Additional Reviewer Completed 06/11/2020 1:29 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 06/11/2020 1:30 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 06/11/2020 4:27 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/12/2020 11:56 AM Procurement Services Evelyn Colon Additional Reviewer Completed 06/12/2020 2:24 PM Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Additional Reviewer Completed 06/15/2020 4:50 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/16/2020 11:19 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 06/17/2020 9:29 AM Grants Carrie Kurutz Additional Reviewer Completed 06/19/2020 9:48 AM Grants Valerie Fleming Level 2 Grants Review Completed 06/22/2020 8:46 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/22/2020 3:34 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/22/2020 4:07 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/23/2020 9:19 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 06/28/2020 8:07 PM 16.A.37 Packet Pg. 1364 07/14/2020 Grants Therese Stanley Additional Reviewer Completed 06/29/2020 12:30 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 9:23 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.A.37 Packet Pg. 1365 16.A.37.aPacket Pg. 1366Attachment: 20-7710 final ranking (12627 : Plantation Island Waterways Pre Design Study) 16.A.37.aPacket Pg. 1367Attachment: 20-7710 final ranking (12627 : Plantation Island Waterways Pre Design Study) 16.A.37.aPacket Pg. 1368Attachment: 20-7710 final ranking (12627 : Plantation Island Waterways Pre Design Study) 16.A.37.a Packet Pg. 1369 Attachment: 20-7710 final ranking (12627 : Plantation Island Waterways Pre Design Study) 16.A.37.b Packet Pg. 1370 Attachment: 20-7710 NORA (12627 : Plantation Island Waterways Pre Design Study) 16.A.37.b Packet Pg. 1371 Attachment: 20-7710 NORA (12627 : Plantation Island Waterways Pre Design Study) Collier County Proposal for PLANTATION ISLAND WATERWAYS PRE-DESIGN STUDY RPS NO. 20-7710 • April 3, 2020 Atkins  1514 Broadway  Suite 202  Fort Myers, FL 33901  Phone: 239.334.7275  Fax: 239.334.7277  atkinsglobal.com  ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 1 Atkins 1514 Broadway Suite 202 Fort Myers, FL 33901 Phone: 239.334.7275 Fax: 239.334.7277 atkinsglobal.com April 3, 2020 Geoff Thomas, Procurement Strategist Procurement Services Division Collier County Board of County Commissioners 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 Re: RPS NO. 20-7710 Plantation Island Waterways Pre-Design Study Dear Selection Committee Members, September 2017 was a worrisome time for southwest Florida. We anxiously watched an ever-changing forecast cone shift from the east to the Gulf Coast. The storm brushed Hispaniola before making a northerly turn. Everyone from the Keys to Tampa was on high alert, and many of us evacuated. The storm eventually made final landfall near Marco Island on September 10 as a Cat. 3. Although the impact was bad, there was some relief knowing that we were spared the devastation seen in the Virgin Islands and Keys. That said, winds speeds were recorded at 120 mph in Collier County. And while places such as Cudjoe Key and the Virgin Islands received national news coverage accompanied by dramatic photos, residents in small communities such as Plantation Island were wading through town to salvage personal belongings. Hurricane Irma left significant damage in its wake on Plantation Island. The community was particularly vulnerable to windstorms because of zoning regulations that only permitted modular homes and RVs for housing. Local news coverage shared photos of residents shoveling mud from their driveways and aerials of debris strewn about. The waterways surrounding the community serve two important primary functions: 1. Provide stormwater drainage 2. Serve as navigable waterways The passing of Hurricane Irma impacted both primary functions, resulting in a reduction in overall water quality and navigability. Because both factors have direct environmental, health, and economic impacts to the residents of Plantation Island, we recognize that the path to recovery for such a community is a long road. Through our ongoing work in Puerto Rico, Mexico Beach, and USVI on FEMA rebuild projects, we understand the challenges of restoring waterways particularly well. We also recently completed a Marine Debris Removal Lessons-Learned report for FDEP. Atkins provides Collier County with a highly experienced group of engineers and scientists in the areas of waterway management and engineering. Supported by discipline-specific professionals in dredging, coastal engineering, water resources & infrastructure, sciences, and survey, our team is well equipped to provide timely, responsive services to Collier County. The enclosed qualifications highlight our experience and in-house capabilities. Our team includes two specialty sub-consultants to expand our resource depth to include bathymetric survey and geotechnical investigations. The proposed Atkins team has previously worked with Collier County supporting several similar projects. Weir replacements at Haldeman Creek and Pine Ridge Canal were successful projects for our water group. Our team has also been servicing your coastal protection projects for years, and our sciences group routinely works within the Everglades National Park. The Plantation Island project presents an opportunity to combine our science, water, and coastal skillsets ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 2 for Collier County into a single work effort, something for which we are making a name for ourselves our clients across the State. Dredging for environmental restoration is what we do, and we take great pride in being industry leaders and innovators in this important work. Our proposed team has collective experience on over 100 individual dredging projects and has recently been receiving industry recognition. Articles about notable Atkins dredge work have appeared recently in publications such as The Waterway Journal, Dredging and Port Construction, and World Dredging Magazine. Our team has also been the recent recipient of domestic and internal awards from International Association of Dredge Companies (IADC), American Shore and Beaches Preservation Association (ASBPA), Florida Institute of Consulting Engineers (FICE), and Western Dredging Association (WEDA). These awards and articles, all within the last 5 years, reflect our outstanding contribution on marine and waterway restoration projects. Our proposed project manager, Mark Erwin, PE, CFM, has worked with Collier County for many years and will be your primary point of contact on this project. With his proven track record of successful delivery, we are confident Mark has earned your trust. Mark will be supported by dedicated team leaders: Mark Stroik, Shelby Riffey, Justin Bartusek, PE, and Don Deis, CEP. This team will be supplemented by Atkins’ nationwide network of professionals with specialties in sciences, water quality, and engineering. The steps taken by the County to rezone Plantation Island and solicit grant funding to restore the waterways are critically important to the community’s longevity. We fully support both measures and are enthusiastic about this opportunity to support this Waterway Restoration project, which will pave the way to restore functional, recreational, and economic service to the waterfront community. Should you have any questions or require any additional information, please feel free to contact me directly at 941.225.4826 or via email to Mark.Stroik@atkinsglobal.com. Sincerely, Michael Ryan, PE, PMP Vice President, Principal-in-Charge Mark Stroik Deputy Project Manager, Dredging Services Group Manager ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 3 Contents Section Page Letter of Interest 1 Contents 3 1. Ability of Professional Personnel 4 2. Past Performance 21 3. Project Approach, Willingness to Meet Time and Budget Requirements 32 4. Recent, Current, and Projected Workloads of the Firm 39 Required Forms/Certifications 41 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 1.0 Ability of Professional Personnel ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 4 1.Ability of Professional Personnel 1.1 Company Background Established in Florida in 1938, Atkins has become one of the leading providers of full- service, design and engineering consulting services. We have grown to over 2,800 employees and 48 offices nationwide, with 13 of those offices based in the state of Florida. Our comprehensive experience in the most vibrant markets in the world allows us to deliver the best, most up-to-date technical solutions to our clients’ projects by sharing expertise and knowledge on a worldwide scale. While our size allows us to offer clients a depth of resources unique to that of a large firm, our network of local Florida offices and coastal professionals enables us to provide the individualized services and intimate familiarity typical of smaller firms. Atkins understands the vital importance of being local—we have deep roots in the communities in which we live and work. Our understanding of local requirements, practices, and culture allows us to be true partners with Collier County. Atkins offers professional services throughout the variety of disciplines that make up the coastal and estuarine fields, with highly trained teams skilled in the fields of coastal engineering, dredging, marine and estuarine ecological sciences, permitting, hydrodynamic modeling, sediment transport studies, inlet dynamics, beach nourishment, marine structures, resource assessment and mitigation, and other areas of coastal engineering design and study. Our team offers extensive experience in the development, implementation, and management of beach, inlet, and waterway management programs for politically and geographically diverse coastal areas—this experience will be directly applicable to assist Collier County with coastal engineering services in support of the Plantation Island Waterways Pre-Design Study. This proposal provides examples of some of our recent work and staff experience that is relevant to this project. In addition to our deep bench of coastal experience, the addition of our strategic partners, Oceanside Solutions and Gulf Coast Geotechnical Engineering, brings added economic value and core services to our proposed team. Atkins has a long history and excellent working relationships with our selected subconsultants. Oceanside Solutions Oceanside Solutions (Oceanside) has derived their core bathymetric survey and coastal engineering business through years of beach nourishment, dune restoration, and estuarine projects. Though most commonly known for survey services, Oceanside brings additional expertise during design and economical field-based services. The staff at Oceanside has been involved with bathymetric survey projects since their inception and have amassed a wealth of coastal construction experience. During construction, Oceanside commonly works alongside the nation’s top dredging companies, serving as an extension of their engineering staff by providing bathymetric survey support for projects throughout the state. The Oceanside staff brings considerable value to the Atkins team, and we are pleased to apply their survey expertise to this project. Gulf Coast Geotechnical Engineering Gulf Coast Geotechnical Engineering (GCGE) is a geotechnical engineering consulting firm based out of Oldsmar, Florida. Formed in 2017 by Jon Meade, PE, who has 20 years of experience in the fields of geotechnical engineering, construction, inspection, and construction materials testing, GCGE provides innovative and comprehensive geotechnical engineering by working closely with project design teams and offering cost-effective solutions to the challenges faced on each project. Atkins’ high volume of repeat business reflects our sincere commitment to client service. Our professional experts, many of whom are recognized both nationally and internationally as technical leaders in their fields of expertise, work together to provide complete services to clients from project initiation to project closeout. Our team collaboration is advantageous to the County, and our strong commitment allows Atkins to deliver work efficiently. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 5 GCGE has significant experience working on past projects in Collier County. Mr. Meade was the geotechnical engineer of record for hundreds of bridges throughout FDOT District One for the Districtwide Scour Evaluation for Bridges with Unknown Foundations Contract. Additionally, Mr. Meade served as lead engineer for I-75 (SR 93) at SR 951 design in Collier County. 1.2 Key Personnel Atkins has a matrix organization structured around technical services and geographic regions. This organization has allowed us to successfully combine our technical strengths with the advantages of local presence and experience. The strength of this team is a result of many years of teamwork and partnership on projects, collaborating with one another and our clients to produce outstanding, quality, on-time deliverables similar to the scope of this contract. Team members for each reference project and the scope items pertinent to this RPS are indicated in the key staff bios in this section and the project descriptions in the Past Performance section. Our key personnel include: Mike Ryan, PE, PMP, will be our principal-in-charge, based in our Fort Myers office. Mike is a senior project engineer and senior technical director for Atkins construction engineering and inspection (CEI) services division for Florida with 18 years of construction oversight, program and project management, and facility operations management experience. His current duties with Atkins include managing conventional engineering projects involving various elements such as right-of-way surveys; regulatory approvals and permits; mitigation plans; cost estimating; scheduling; and construction phase services. He organizes field observation and monitoring of contractors’ substantial compliance with contracts so that project quality, cost control and established completion schedule are met by the contractor. Mark Erwin, PE, CFM, will serve as project manager for this project. Mark has 20 years of experience in the water resources field including hydrologic and hydraulic modeling, watershed management planning, best management practices, and water resources design. His background includes planning and engineering of watershed studies and surface water systems including hydrologic and hydraulic modeling, single-event model calibration, and alternatives analysis of stormwater projects; flood protection, drainage analysis, and basin delineation; and environmental permitting. Mark’s broad environmental permitting and engineering design experience includes several projects in and for Collier County, and stormwater and watershed modeling for other local governments in central and southwestern Florida Mark Stroik will be the technical lead for all services from our Sarasota office. Mark leads the dredging services group at Atkins and has 14 years of experience executing coastal restoration and marine projects. Among the coastal engineering community, Mark possesses particularly distinguished expertise in dredging techniques, dredge production, beach and marsh restoration, dredge contract administration, quality control, hydrographic survey, cost estimation, and industry safety practices. Prior to joining Atkins in 2013, he was a project engineer with at a top national dredging firm. During his career, Mark has held substantial roles on over 70 dredging projects across the Florida and the County. Shelby Riffey, EIT (TX) will be in charge of data collection and management and has 8 years of experience, specializing in dredging and coastal restoration projects. Prior to joining Atkins, she gained hands-on experience with a large dredging and marine construction company and has served a significant role in nearly 20 federal navigation and dredging projects. She has proven experience building strong client relationships and maintaining positive communication flow with each client. Shelby also has extensive knowledge of hydrographic survey, industry safe practices, and cost estimation. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 6 Justin Bartusek, PE, will be in charge of design of the waterway restoration design. Justin is a coastal engineer with a career focus on the dredging projects. His experience includes navigation and beneficial use dredging, marsh restoration, disposal and placement operations, permitting assistance, environmental impact factors and performing weekly field work. He provides new and insightful ideals and techniques that have created unique solutions which have greatly benefited projects as well as the client. Don Deis, CEP, an Atkins vice president, will oversee the permitting and natural resources tasks. A certified environmental professional (CEP) with 36 years of experience in the field of coastal and environmental science as an industry and government consultant. Don specializes in natural resource damage assessment, having been involved in many human and natural disaster events to assess damage and develop restoration plans. He has worked in the Florida Panhandle to rebuild dunes and beaches and replant dune vegetation after several hurricanes. Don has worked as a consultant to the Florida Department of Environmental Protection (FDEP) on their Strategic Beach Management Plan. He has also been involved in the reconstruction or removal of several damaged ocean piers. His experience with human disasters ranges from ship groundings to oils spills. Most recently, he has served on continuing studies in Louisiana after the Deepwater Horizon oil spill. Mark Erwin, PE, CFM Project Manager Mark Stroik Deputy Project Manager Data Collection and Management Shelby Riffey, EIT Design and Engineering Justin Bartusek, PE Natural Resources and Permitting Don Deis, CEP Stormwater Management and Water Quality Mark Erwin, PE, CFM Shayne Paynter, Ph.D., PE, PG QA/QC Manager Michael Ryan, PE, PMP Principal-in-Charge Stormwater Hydrographic Survey Joe Doto, PE, PSM1 Adam Luce1 Geotechnical Jon Meade, PE, GCGE2 Joe Doto, PE, PSM1 Ownership and Right-of-Way Bruce Dilges Paul Maddox, REB, SR/WA Dredging Design Shelby Riffey, EIT Nicole Eldridge, PE Deidra Dittmar, EIT Jacob Pierson Marine Structures Desi Maldonado, PE David Conrad, PE Civil & Utilities Richard Uptegraff, PE John Eash, PE Kyle Kellogg, EIT In-Water Resources (Scientific Dive Team) Mark Henry Beth Zimmer Stephen Trbovich David Hill Natural Resources David Loy, ISA Amanda Glaze Patrick Bates Permitting Leslie Manzello Stacey Roberts Lizbeth Childs, PE Stormwater Management Daniel Parsons, PE, CFM, ENV SP Chris Thompson, PE Nick Stapf, EIT Water Quality & Nutrient Loads Roland Samimy, Ph.D. Scott Wesson, PE Mike Walters, PE, PG, PH Coastal Modeling Mike Salisbury, PE Nicole Eldridge, PE Key Staff/Task Lead Bold – Technical Lead Subconsultants 1 Oceanside Solutions 2 Gulf Coast Geotechnical Engineering Board of County Commissioners 1.3 Organizational Chart COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 7 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 8 1.4 Team Capabilities Atkins is familiar with working with Collier County from our construction oversight of several transportation related projects, as well as public infrastructure projects, such as Haldeman Creek Weir, Pine Ridge Canal Weir, and Big Cypress Watermain. However, Atkins looks forward to the opportunity to provide Collier County with the support of our talented coastal engineering team. Originating from our civil engineering group, our coastal engineering team was developed during our 12-year tenure serving as the coastal engineering consultant for the state of Florida. Since its inception, Atkins’ coastal engineering team has provided invaluable support to clients for more than 19 years. Our team has worked on all project types in the coastal engineering field, ranging from large- to small-scale for clients at the federal and state levels to small communities. Our coastal engineering team contains the following four core focus groups: Coastal Engineering Dredge Consulting Coastal Modeling Coastal Resiliency Our capabilities, combined with those of our subconsultants, makes Atkins an excellent choice for the Plantation Island Waterways Pre-Design and Environmental Assessment Study. Our team is experienced in all facets of the project, and we have every confidence we can meet Collier County’s project objectives with technical excellence. What sets our team apart is our collaborative approach to projects in the coastal environment. Throughout the design process, Atkins continually evaluates the intersection of engineering, science, and constructability to ensure projects are of sound design, maintain the highest environmental stewardship, and are grounded in achievable results. Our capabilities in the areas of service requested by the RPS are touched on below, followed by an introduction to several work examples that illustrate our experience with projects of similar size, scope and complexity. Survey and mapping Atkins and Oceanside staff have been collaborating on dredging projects in Florida since 2011. Oceanside owns and operates a fleet of shallow-water survey vessels equipped with cutting-edge equipment. Atkins and Oceanside’s collaboration in mapping underlying bottoms beneath soft sediments is particularly notable. The team is regionally recognized as leaders in subbottom profiling on residential canal projects. Oceanside operates a fleet of shallow-draft hydrographic vessels with the most advanced equipment available today. A recent notable fleet addition is a 14-foot aluminum channel-hull vessel. With its short length and light weight, it is exceptionally maneuverable in tight residential canals and draws only 6-inches of water, making it a tailored-fit for residential canal survey. Oceanside also has in-house geotechnical sampling and sub-bottom mapping capabilities that will be particularly useful on this project. Perhaps the most telling statistic for Oceanside's capabilities is their client list, which includes the top dredging firms in the United States. It is well-known that dredgers are the most discerning users of hydro data, and Oceanside is a go-to firm for some of the most difficult and fast-paced projects in the nation. Oceanside’s team will supplement Atkins’ dredging staff and industry experience to receive, process, and interpret the data collected throughout the project. Environmental evaluation and permitting feasibility Atkins scientists routinely perform environmental assessments both above water and below. Collier County has witnessed the success of our terrestrial and wetland scientists by virtue of the public infrastructure projects we’ve completed. In addition, Atkins has a scientific dive team that operates under the auspices of the American Academy of Underwater Scientists (AAUS). Atkins dive team members are well versed in the assessment, survey, and mapping of submerged resources in both the marine and estuarine environments. Our team members for this proposal include both terrestrial and underwater scientists to address the requirements for vegetative mapping above and below water as well as benthic surveys. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 9 The foundation of our regulatory expertise stems from our tenure as coastal engineering consultant for FDEP. Through this 12-year experience, Atkins staff gained an unparalleled level of regulatory expertise. Our staff spent years embedded in FDEP offices as contracted staff, processing Environmental Resource Permits (ERP), Joint Coastal Permits (JCP), and Coastal Construction Control Line (CCCL) permits for every type of setting across the state. We are intimately familiar with the Florida Statutes and Administrative Codes governing coastal construction, and we developed lasting relationships with FDEP and USACE staff, as well as associated wildlife protection and commenting entities (FWC, FWS, NMFS, SHPO, etc.). This experience has been a distinct advantage for Atkins’ clients, evidenced by the fact that we’ve never received more than one request for additional information (RAI) on any permit application we’ve filed on behalf of our coastal clients. Atkins professionals attribute our permitting success to one very basic, but critically important philosophy: be open and transparent, while communicating early and often. We believe in starting a conversation with agencies at the earliest stage possible to avoid taking anyone by surprise. When a pre-application meeting is scheduled, regulatory authorities already have a solid understanding of the activity proposed. As such, the pre-app meeting can be tailored to focus on issues that drive decision making and, ultimately, to favorable agency action. We understand the permitting process like no other; our permitting success reflects the high level of mutual respect and trust Atkins has with regulatory staff. Our team includes water quality experts in the areas of stormwater, water quality and nutrient loads, and hydrology and hydraulics (H&H). Areas such as Plantation Island often experience degraded water quality due to lack of or disruption to flow and circulation. Creative solutions to improve water quality can be developed through modeling. Atkins’ numeric modeling experts are highly experienced in engineering design optimization and development of alternative design configurations to create “what if” scenarios, particularly in the marine and estuarine environments. Numeric modeling can provide an efficient means to inform decision making. Atkins modelers are proficient in a comprehensive suite of numerical modeling systems for simulation of hydrodynamics, waves, morphology, mixing, and constituent transport; these programs include ADCIRC, STWAVE, SWAN, PTM, SBEACH, Delft3D, RMA2, and TUFLOW. Engineering design and dredging restoration plan When it comes to developing creative approaches to overcome project challenges, genuine dredge expertise matters. The coastal engineering industry is comprised of many professional engineers with master’s and doctoral degrees who have followed the well-worn path for coastal project designs. Atkins contends that what truly qualifies an engineering staff to design waterways and dredging projects is a combination of education, accreditation, and dredging experience. The dredge experience path—the one less traveled by coastal engineers—is a key differentiator for the Atkins team. Understanding equipment capabilities and needs from a contractor’s perspective ensures that our project designs are constructible. The deep understanding of the dredging process that our team possesses allows us to visualize how material is transformed between the dredge cut and the placement site (both physically and volumetrically). The combination of traditional design qualifications with genuine dredging expertise gained in the field separates the Atkins team in being uniquely qualified to imagine buildable solutions for the most challenging projects. Section 2 of this proposal highlights several Atkins projects, relevant to the proposed project, whose successes reflect the expertise described above. Although Atkins’ coastal bench is deep, the addition of Oceanside Solutions and GCGE to our team brings additional economic value and core service capabilities. Our comprehensive team offers Collier County a wide range of experience that is uniquely Atkins. 1.5 Resumes of Key Personnel The following pages provide abbreviated resumes of our key personnel, highlighting project experience most relevant to the Plantation Island Waterways Study. Michael Ryan, PE, PMP Principal-in-Charge Michael Ryan is a senior project engineer and senior technical director for Atkins construction engineering and inspection (CEI) services division for Florida. Based in Atkins’ Fort Myers, Florida office, he has 20 years of construction oversight, program and project management, and facility operations management experience. His current duties with Atkins include managing conventional engineering projects involving various elements such as right-of way surveys; regulatory approvals and permits; mitigation plans; cost estimating; scheduling; and construction phase services. He organizes field observation and monitoring of contractors' substantial compliance with contracts so that project quality, cost control and established completion schedule are met by the contractor. As senior technical director, he manages nearly 100 staff providing CEI services across Florida. Mr. Ryan’s Atkins project experience includes: SR 30 (US 98) From CR372 (Surf Road) to South of Tower Road, FDOT District Three, FL. Type of Project: 10’ Shared Use Path. Size of Project: $4.97 Million. Senior project engineer. The improvements consist of the construction of a 10’ shared use path and elevated boardwalk along US98, signing and pavement markings, and incidental construction. CEI Continuing Services for Districtwide Design-Build Pushbutton Contract, FDOT District One, Central/West Florida. Mr. Ryan is providing consultant engineering and is the interim Department senior project engineer for the $16.7 million District One, design-build push button program. He is key member of the project providing oversite from design scope development to final acceptance for the contract which is currently up to 65 projects. Services include reviewing and/or accepting CPM schedules, pay estimates, design submittals, scope development and final as-builts. Additional responsibilities include claim negotiation, long-term staffing level assessments, and coordination with local municipalities and utility owners. Projects included emergency signalization repairs, new signal installations, roundabout improvements, drainage improvements, roadway widening and resurfacing, pedestrian safety improvements, and rail crossing repairs. CEI and Related Services for US 41 and SR/CR 951 Intersection Improvements and 3R Improvements to SR 951, FDOT District One, Collier County, FL. Senior project engineer for this FDOT joint participation agreement (JPA) project grouping, which included the widening and realignment of the US 41/SR 951 intersection, an eight- lane intersection and one of Collier County’s busiest locations. Major work activities included pond excavation, closed and open drainage improvements, water main, force main, and reuse main utility replacement, replacement of the intersection signalization, gravity wall, sidewalk, lighting, guardrail, and soundwall. The resurfacing (3R) project includes resurfacing approximately 3 miles of four-lane rural roadway, conversion of the existing span wire signal system to mast arms at two Total years of experience 20 Years with firm 13 Education M.E., Project Management, University of Maryland (UMD), 2012 B.S., Civil Engineering, U.S. Air Force Academy, 2000 Registrations/licenses Professional Engineer Florida 68358, 2008 Project Management Professional (PMP) 1203762, 2008 Certifications FDOT Advanced Maintenance of Traffic CTQP Quality Control Manager (completed course and exam) CTQP Earthwork Construction Inspection – Levels I and II FDOT Critical Structures Construction Issues Course FDEP Stormwater, Erosion and Sedimentation Control Inspector FDOT Auger Cast Pile CBT Course CTQP Final Estimates Level II TIN Number: R500556770170 Professional development FDOT Construction Academy, 2010 Cost Engineering and Control, UMD Project Administration, UMD Introduction to Advanced Scheduling, UMD Legal Aspects of Engineering, Design, and Construction, UMD COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 10 intersections, striped and signed bike lanes throughout the project, and bus stop enhancements at Manatee Road (northbound and southbound), with bus bays. Mr. Ryan was responsible for overseeing CEI services, constructability review, value engineering, contract administration, inspection, and materials sampling and testing. CEI Services for Collier Blvd. from Davis Blvd. to Golden Gate Canal and Davis Blvd. from Collier Blvd. to West of Radio Rd., Collier County, FL. Senior project engineer responsible for contract administration, supervision of field inspection staff, and coordination with FDOT, Collier County, multiple engineers of record, several private utility owners, and two adjoining FDOT projects. This project is a JPA between FDOT District One and Collier County and consists of seven separately tracked funding sources and four engineers of record. This 2-mile project involves widening Collier Blvd (SR 951) from 4 to 6 lanes and widening Davis Blvd (SR 84) from 2 to 4 lanes. Additional components include the installation of a post-tension gravity wall under I- 75; retaining wall; sound wall; pond blasting and excavation; 21,000 lf of closed drainage; 12,000 lf of water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; drilled shaft; signalization; lighting; landscaping; and bridge improvements. Lely Manor West Outfall (North and South) CEI Services, Collier County, FL. Senior project engineer responsible for contract administration services; supervision of field inspection staff; coordination among owners, design engineers, local and state permitting agencies, and contractors; and review of submittals, requests for information (RFI), change orders, and payment applications. This project involves CEI services for improvements to the Lely Manor West outfall (north and south). Services provided include field testing verification, validation of monthly and final estimates, monitoring of environmental protection and permit compliance, preparation of daily reports, enforcement of maintenance of traffic, detailed constructability review of plans as needed, and coordination of biweekly work status meetings. Lely Area Stormwater Improvement Project: Whitaker Road, Collier County, FL. Mr. Ryan served as the project manager for the design of this stormwater improvement project. The project consists of developing plans for the construction of over 7,200 lf of open channel and closed channel flow systems. Included in the design is 1,900 lf of box culvert, a weir, ditch block and inlet structures, as well as roadway shoulder improvements and maintenance roads. Additional requirements included acquiring an environmental resource permit modification and coordination with County- contracted surveyor and geotechnical engineer. Gordon River Water Quality Park, Collier County, FL. Mr. Ryan served as the senior project engineer overseeing CEI services and engineer-of-record services for the construction of a 52-acre passive park encompassing facility erection, stormwater treatment, and civil construction. Responsible for contract administration services; supervision of field inspection staff; coordination between owners, design engineers, local, and state permitting agencies and contractors; and review/approval of submittals, requests for information, change orders, and payment applications. Management of Project Teams, UMD Introduction to Project Management, UMD Project Cost Accounting and Finance, UMD Essentials of Project Management, Villanova University Mastering Project Management, Villanova University Project Management “Golden Nuggets,” the RT Group Leadership and Communication (Squadron Officer School), Air University COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 11 Mark Erwin, PE, CFM Project Manager Mark Erwin has 20 years of experience in the water resources field including hydrologic and hydraulic (H&H) modeling, watershed management planning, best management practices, and water resources design. His background includes planning and engineering of watershed studies and surface water systems including hydrologic and hydraulic modeling, single-event model calibration, and alternatives analysis of stormwater projects; flood protection, drainage analysis, and basin delineation; and environmental permitting. Mr. Erwin’s H&H modeling expertise includes modeling skills using AdICPR, HC-SWMM, XPSWMM, ICPR, and CHAN, in addition to integrating these model data using ArcMap and ArcInfo GIS database management software applications. Mr. Erwin’s Atkins project experience includes: Haldeman Creek Watershed Weir Replacement Design Services, Collier County, FL. Project manager for design of a new operable gate weir structure to replace existing Amil gates weirs in disrepair for Collier County. Beyond providing a tidal barrier and salinity barrier for Haldeman Creek, along with maximizing flood control for upstream properties, the weir structure was designed for easy operations and maintenance. Services included survey, geotechnical exploration, basis of design report development, final design, and permitting. As part of this design, evaluated effects of various sea level rise (SLR) scenarios on weir gate operations, based on available existing stage level gage data and the scenario horizons. The final design incorporated a weir sill elevation to provide additional flood protection from SLR effects to hundreds of homes. Collier County Watershed Management Plan, Phase 2, Collier County, FL. Project engineer responsible for developing conceptual alternative projects to meet the County’s overall water quality and water supply objectives. The project's goal was to develop a countywide integrated surface water and groundwater model to use to evaluate stormwater management, habitat restoration, and water quality alternatives. The project included development of multiple watershed management plans (WMP) within the county. Elements of the scope of work included: assessment of existing conditions in watersheds and estuaries; development of performance measures; analysis of alternatives and recommendations; public involvement; WMP reports; and project management and meetings. Rawls Road and Hutchinson Road Drainage Improvements, Hillsborough County, FL. Project manager on this project to alleviate flooding on the roadway and adjacent properties by upgrading the drainage system in the vicinity of Rawls Road and Hutchison Road, which is within the Rocky/Brushy Creek watershed. Project tasks included site analysis, H&H modeling, roadway analysis, and maintenance considerations with a goal to develop a preliminary engineering report (PER) to provide the County with two alternatives and associated cost estimates. Total years of experience 20 Years with firm 10 Education B.S., Civil Engineering (Water Resources), University of South Florida, 2001 Registrations/licenses Professional Engineer Florida 65600, 2006 Certifications Certified Floodplain Manager (CFM), US- 14-07434, 2014 Professional affiliations Association of State Floodplain Managers, Florida Chapter Software ArcGIS (ArcMap, ArcInfo, ArcHydro) Hillsborough County Stormwater Management Model (HC-SWMM) EPA SWMM 4 and 5 XPSWMM ICPR CHAN AutoCAD Professional development Hydrologic and Hydraulic Analyses Support Using ArcGIS Workshop, American Water Resources Association (AWRA), Orlando, FL, March 14, 2010. COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 12 Providence Road Culvert Replacement, Hillsborough County, FL. Project manager of this culvert replacement project located in the Delaney Creek watershed. The objective was to replace the three existing corrugated metal pipes under Providence Road and in poor condition with three elliptical reinforced concrete pipes. Utilized the conceptual plans, surveys, and maps provided by the County and supplemented with additional data to develop final plans, permitting, specifications, and cost estimates. Project tasks include survey, geotechnical survey, H&H modeling, and roadway analysis to establish 60%, 90%, and 100% design submittals and permit applications. Alafia River Watershed Management Master Plan Update, Hillsborough County, FL. Project manager responsible for all project aspects, including managing project financials, schedule, and all work efforts to ensure client satisfaction. The project scope involves converting the previous HC-SWMM 4 H&H model update to HC- SWMM 5 to meet Southwest Florida Water Management District (SWFWMD) Guidelines and Specifications (G&S) and then updating the model to reflect land use changes. Specific tasks for the 420-square-mile watershed area include converting and updating the watershed geodatabase to the SWFWMD GWIS geodatabase, updating subbasin delineations, H&H data and junction-reach connectivity, storage verification and mapping, model calibration and verification, existing condition runs, level of service (LOS) analysis, and floodplain delineation. The project also includes water quality analysis for several impaired waterbody identifications (WBID), analysis of alternatives, and recommendation of watershed improvements. Phillippi Creek Watershed Model and GIS Database Maintenance, Sarasota County, FL. Deputy project manager and QA/QC lead for maintenance of the 55- square-mile Phillippi Creek watershed ICPR v3 model and GIS database to reflect the construction of new roadways and residential developments throughout the watershed. Project tasks included terrain refinements, updates of model catchments/network and parameterization, model calibration, floodway and floodplain delineations, and an MT-2 submittal to FEMA for a physical map revision of 20 watershed panels. Bull Frog Creek/Wolf Branch WMP Update, Hillsborough County, FL. Deputy project manager and H&H engineer involved in the H&H computer modeling for this project. The goal of this project was to update the WMP for the 70-square-mile watershed. Along with converting the model from HC-SWMM 4 to HC-SWMM 5.1, model updates included those related to land use and stormwater system changes, as well as the changes necessary to make the model consistent with Southwest Florida Water Management District Watershed Management Program G&S. The project includes a review of previous master plan recommendations and identification of new recommended actions to meet flood protection levels of service criteria. Project deliverables included an updated WMP report, updated regulatory floodplain map, and updated GWIS database. A second phase of the project included development review to determine cumulative impacts to the FEMA floodway. COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 13 Mark Stroik Deputy Project Manager Mark Stroik is a project manager at Atkins with 14 years of experience on dredging and coastal restoration projects. During his career, Mark has held substantial roles in the performance of well over seventy dredging and coastal restoration projects throughout the country. His experience began in the field with a large marine contractor and with Atkins since 2013. Mark possesses a wide-breadth of expertise in dredging work of all types and is a recognized leader in the industry. Mark is the team lead for the Atkins Dredging Services Group and will serve as Project Manager and primary point of contact for Collier County on the Plantation Island Project. Mr. Stroik's Atkins project experience includes: Manchester Waterway Residential Canal Improvements, Charlotte Co., FL. Project manager working for Charlotte County in cooperation with a local MSBU to provide management strategies for a residential canal system adjacent to Charlotte Harbor. The project includes a mix of traditional dredging (DMMA facility) combined with beneficial-use strategies to address inoxic, deep-water pockets in the waterway. Design and permit phases are complete the project is currently in the contractor procurement stage with construction set for Summer 2020. DNREC Statewide Waterway Inventory, Delaware. Senior Advisor that served the role as technical advisor for a Statewide Waterway Inventory of navigable channels under the prevue of the State of Delaware’s Department of Natural Resources and Environmental Control (DNREC). The project includes development of a monitoring program for 28 State and Federally – maintained channels. A unique project aspect is that many of the channels had never-before been mapped or had little-to-no existing alignment. The resulting efforts were used in development of a tool that aids in prioritization of the State’s maintenance dredging needs. Indian River Lagoon Muck Removal Projects – Brevard County, FL. Dredging Specialist participating in several projects associated with the $300 million effort by Brevard Co. to remove muck and associated nutrient loads from the IRL. Mr. Stroik serves as a dredging specialist to the design staff to provide guidance on constructability, critical elements, alternative dredging techniques, and DMMA construction. Several projects are ongoing and at various stages of completion. Coopers Bayou Water Flow Improvements, Clearwater, FL. Dredging specialist and advisor serving a technical lead role for the dredging phases of a watershed improvement project near Old Tampa Bay in Florida. The project aims to implement a variety of flow improvement features to offset legacy impacts of stormwater runoff and site impoundment. The principle tools for restoration will be dredging of the bayou, restoration of mosquito ditches, flow improvement channels, and invasive species removal from relic spoil sites. Dredged material disposal will employ a combination of DMMA and BUDM project elements. Total years of experience 14 Years with firm 8 Education B.S., Ocean Engineering, Florida Institute of Technology, 2006 Certifications USCG Masters 50T with RADAR and STCW USACE Construction Quality Management OSHA 10/30 Hr. Certified Rigger FCC Marine Radio Operator Advanced Dive Certification (NAUI) Current First Aid / CPR Professional affiliations Western Dredging Association Software AutoCAD Primavera P6 Scheduling Software HYPACK DREDGEPACK U.S. Army Corps of Engineers QCS/RMS Software Hydrographic survey equipment installation and setup including DGPS and RTK for single beam applications Professional development TID General Dredging Course, Rotterdam, NL, 2010 TAMU Dredging Seminar, College Station, TX, 2003 Incident and Injury Free Seminar Presenter (IIF), Manson, 2012 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 14 USACE Navigation Value Engineering Studies - USACE Galveston District. Dredging Specialist and Estimator that participated as a key member on several Value Engineering (VE) workshop studies for the Galveston District of the U.S. Army Corps of Engineers (USACE). Several studies have been performed on various projects throughout the district. These include programmatic studies for O&M projects as well as new-work/channel improvement projects. The work has demonstrates and impressive number of improvements which have yielded enhanced projects for the District. Prime Hook National Wildlife Refuge Tidal Marsh Restoration, USFWS Milton, DE. Project manager and dredging design lead that worked alongside the U.S. Fish and Wildlife Service (USFWS) on a $33 million effort to restore the Prime Hook National Wildlife Refuge, along the shores of the Delaware Bay. Served in an advisory role to the engineering and modeling staff during design and assumed project lead for Atkins on construction oversight assistance. The Prime Hook National Wildlife Refuge Tidal Marsh Restoration Project was selected as the Silver Award Winner for the 2016 Environmental Excellence Awards by the World Organization of Dredging Associations (WODA). Swepston Bridge Pipeline Removal Project, Manasota Key, FL. Project manager working for the Englewood Water District (EWD) to facilitate the removal of an abandoned 12 in pipeline and support pilings crossing a waterway at the entrance to Manasota Key. As project manager, Mark is currently leading his team towards a creative solution that maintains the water quality standards and protects critical resources of the Lemon Bay Aquatic Preserve. The approach included the utilization of concrete pilings at nearby artificial reefs, which helped secure grant funding for the construction phase of project. Sarasota County Coastal & Waterways Library Contracts, FL. Mr. Stroik has served various roles on several Sarasota County Coastal & Waterways projects since 2013. In 2013, he assisted with construction oversight on the Red Bug Slough Preservation Project and the 2014 / 2014 Sunaire/Estil canal dredging project, directed by Mr. Paul Semenec. Mark also served as project manager for the independent-3rd-party review of the Lido Key Nourishment / Big Pass Mining project, directed by Mr. Laird Wreford. Dredge Contractor Support – Multiple Dredge Firms. Mr. Stroik routinely coordinates with dredging contractors in support of projects throughout the State of Florida. Mark coordinates directly with the estimating departments of most major dredging corporations to review environmental requirements during the project solicitation process. Focus is placed on evaluating the environmental requirements and their impacts on dredge production, risk, and ultimately project cost. During construction, Mark also assists with resource location and protection with the help of the Atkins Scientific Dive Team. COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 15 Shelby Riffey, EIT (TX) Data Collection and Management Shelby Riffey has 7 years of experience specializing in dredging and coastal restoration projects. Prior to joining Atkins, she gained hands-on experience with a large dredging and marine construction company and has served a significant role in nearly 20 federal navigation and dredging projects. She has experience with various types of dredging projects at the consulting and contractor level. She has proven experience building strong client relationships and maintaining positive communication flow with the client. Shelby is also knowledgeable about hydrographic survey, industry safe practices, and cost estimation. Ms. Riffey’s experience with Atkins includes: Delaware Statewide Waterway Inventory, Delaware Department of Natural Resources and Environmental Control (DNREC), DE. Lead technical expert for hydrographic surveys for a Statewide Waterway Inventory of navigable channels under the prevue of the DNREC. The project includes development of a monitoring program for 28 State and Federally – maintained channels. A unique project aspect is that many of the channels had never-before been mapped or had little-to-no existing alignment. The resulting efforts were used in development of a tool that aids in prioritization of the State’s maintenance dredging needs. Manchester Waterway Dredging Project, Charlotte County, Port Charlotte, FL. Lead dredge designer for residential canal dredging project. This project involved coordinating survey plans to perform investigatory and before dredge surveys. Processed the survey data collected from the surveys to determine a recommended navigation channel within the residential canal system. Involved in planning and implementing the beneficial reuse of dredge material removed from the residential canal system. Design and permit phases are complete, and the project is currently in the contractor procurement stage with construction set for Summer 2020. Long Beach Cruise Terminal Improvement Project. This very fast-paced project involves an expedited permitting and design schedule to accommodate the arrival of a new vessel to the Long Beach Cruise Terminal. Helping gather and distribute data, calculate projected dredging volumes, provide drawings for dredging permits, and track schedules. Also responsible for document control for the project. St. Lucie Inlet Federal Navigation Project, Martin County, FL. Works with Martin County for navigation dredging needs in the St. Lucie Inlet. Uses survey data to compute volumes and track shoaling rates to determine potential needs for future dredging events in the area. Also tracks material movement and ensures compliance with federal, state, and local permits and agreements. Is helping to coordinate alternative draft beach designs for an upcoming dredging project and helped present the design with the County to a potential project sponsor. Total years of experience 7 Years with firm 2 Education B.S., Ocean Engineering, Texas A&M University, 2013 Certifications Engineer-in-Training (EIT) Texas OSHA 30-Hour Standards of Training, Certification and Watchkeeping for Seafarers Construction Quality Management Certificate, U.S. Army Corps of Engineers Professional affiliations Western Dredging Association Software AutoCAD Microsoft® Office Hypack Primavera P6 Asta Power Project USACE QCS/RMS Software Hydrographic survey equipment Professional development TAMU Dredging Engineering Short Course, College Station, TX, 2016 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 16 Shelby Riffey, EIT Data Collection and Management Mims Muck Removal Dredging Project, Brevard County, FL. This project is part of the Save Our Lagoon Project and uses complex dredging methods to remove nutrient-dense material from the Indian River Lagoon. Conducted occasional site visits and performed muck-sampling surveys as a QA measure to ensure contractor compliance with state permits, contract plans, and specifications. Performed QA checks of survey data provided by a third-party surveyor and used data to calculate dredge volume removed and remaining within the dredge template. Responsible for tracking dredge production and used this data for schedule projections. Ms. Riffey’s experience prior to joining Atkins includes: St. Joseph Peninsula Beach Renourishment Project, Gulf County Board of County Commissioners, Port St Joe, FL. Assisted with preparations for the commencement of dredging and beach nourishment on this $10 million project. Developed plans and procedures to be submitted to the owner in compliance with contract requirements. Other responsibilities included contract development for subcontractors, project scheduling, and work plans for project staff. Regional Harbor Dredging for USACE South Atlantic Division, USACE Wilmington and Savannah Districts, Brunswick, GA/ Savannah, GA/Wilmington, NC/Morehead City, NC. Estimator/project manager on a $21 million contract involving maintenance dredging of navigation channels for multiple East Coast ports, utilizing three different trailing suction hopper dredges. Responsibilities started with the estimating phase and continued through implementation and closeout. Responsibilities included subcontractor vetting, project scheduling, financial planning, production tracking, contract compliance, and logistics coordination. This project was the first of its kind for the USACE South Atlantic Division. Various Projects, Manson Construction Dredge Estimating Department, Jacksonville, FL. Staff estimator for Gulf and East Coast dredging as part of a management development program. Various projects (primarily federal) involved trailing suction hopper dredges and cutter suction dredges. These projects ranged from simple navigation projects to complex beach nourishment projects and included the procurement of the first annual Regional Harbor Dredging Project and an emergency dredging project on the Kennebec River. West Coast Hopper Maintenance Dredging 2016, USACE Portland District, Westport, WA/ Eureka, CA/ Columbia River, OR. Project engineer on a $26 million contract involving maintenance dredging of navigation channels for multiple ports along the west coast of the United States including the Columbia River. Other responsibilities included project setup, production tracking, contract compliance, client interaction, financial reporting, quality control, and logistics coordination. She also supervised a staff of engineers who handled hydrographic surveys and general project support. Project accomplishments included zero lost time incidents and successful partnering with the USACE. This project was uniquely challenging with many complicated material disposal operations and logistical considerations. COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 17 Justin Bartusek, PE Design and Engineering Justin Bartusek is a coastal engineer who is established in the dredging service area of the Atkins Ports and Coastal Practice Section. Mr. Bartusek is a PE who graduated from University of Florida with a Master of Science in Coastal Engineering. He has 4 years of experience with an emphasis focused in the dredging industry. Experience includes navigation and beneficial use dredging, marsh restoration, disposal and placement operations, permitting assistance, environmental impact factors and performing weekly field work. Mr. Bartusek continues to look for new ways to expand his knowledge and experiences within the engineering and dredging industry. He provides new and insightful ideals and techniques that have created unique solutions which have greatly benefited projects as well as the client. Mr. Bartusek’s additional coastal engineering experience involves Revetment design, Federal Emergency Management Agency Flood Hazard Analysis, Federal Emergency Management Agency Emergency Response, grant and project proposals, Florida Fish and Wildlife Conservation Commission navigation hazard assistance, conducting inspections, compiling reports, and formulating data. Mr. Bartusek’s Atkins project experience includes: St. Lucie Inlet Maintenance Dredging Project, Martin County, FL. Assisted with the design and development of a complete set of permit drawings for the placement of beach sand along the St. Lucie Inlet State Preserve Park. Cooper Point Water Quality Improvement Project, Clearwater, FL. Lead dredge engineer on the design of the water quality improvements to the Coopers Bayou. Project requires unique dredge applications where specialized equipment is vital to come together to meet strict project criteria. Developed survey plan and alternative project designs for client selection. Constructed final report. Manchester Waterway Maintenance Dredge Project, Charlotte County, FL. Constructed permit and 100% construction drawings for the Manchester Waterway Maintenance dredge project. Project entailed dredging sandy shoaled areas of residential canals within the Ackerman and Manchester waterway. St. Lucie Inlet Modeling and Sediment Budget Update Services, Martin County, FL. Managed subcontractors and client needs to meet deadlines and task objectives. Acted as a primary diver in the underwater deployment and surveying of Nortek ADCP’s and tide gages. Collected sediment samples and analyzed geotechnical report used to model the movement of sediment within the St. Lucie Inlet. Constructed final report. Indian River Lagoon Dredging – Grand Canal Project, Brevard County, FL. Oversight lead for field engineers who conduct daily inspections of construction of the dredge Total years of experience 4 Years with firm 4 Education M.S., Coastal Engineering, University of Florida, 2015 B.S., Civil Engineering, University of Central Florida, 2014 Registrations/licenses Professional Engineer Texas 134021, 2019 Florida 88808, 2020 Professional affiliations Western Dredging Association Coasts, Oceans, Ports, and Rivers Institute American Society of Civil Engineers American Shore and Beach Preservation Association Software CHAMPS WHAFIS Matlab MathCAD AutoCAD ARCMap ACES COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 18 material management area and dredging operation in the Grand Canal Muck Removal Project. Manages pay applications for the 27-million-dollar project. Oversees DEP permit compliance for mitigation of upland and submerged environmental impacts. Analysis of dual frequency hydro surveys. The project purpose is the removal of 479,000 cubic yard nutrient rich muck from approximately 9 miles of canals within the Indian River Lagoon. This project is part of the Indian River Lagoon restoration effort where an estimated 1.5 million cubic yards of muck is anticipated to be removed to conserve the lagoon. Jupiter Island Beach Restoration Dredge Support Services, Town of Jupiter Island, FL. Managed and conducted weekly dive inspections of dredge pipelines that crossed protected hardbottom resources. Constructed reports for weekly inspection of pipeline used to transport sediment to beach. Indian River Lagoon Restoration – Mims Muck Removal, Brevard County, FL. Field engineer who conducted daily inspections of dredging operation of the Indian River Lagoon restoration efforts. Oversight of DEP permit compliance for mitigation of upland and submerged environmental impacts. Conducted in-water work surveying and muck sample collection to determine muck thickness and QC of dredging operations. This project purpose was the removal of nutrient rich muck from the Indian River Lagoon as a restoration effort to conserve the lagoon. Boggy Bayou BU Oversight, Enterprise Products Company, Houston, TX. Engineer who conducted weekly inspections of construction of containment levee, generated weekly AutoCAD and inspection reports, and provided final documentation of the Boggy Bayou beneficial use dredge material that was placed at San Jacinto National Monument. This project involved precise placement of material to meet strict elevation tolerance as well as to contain material within the designated project template. The project was awarded the Environmental Excellence Award for Navigational Dredging from the Western Dredging Association (WEDA) in June 2017. The project was also awarded the Major Inland Dredging Project of the Year and Environmental Port Project of the year at the 2018 Dredging & Port Construction (DPC) awards in Amsterdam, NL. Galveston Island Sand Source Investigation Assessment Feasibility Study, Texas General Land Office, Galveston TX. Engineer responsible for identifying potential terrestrial sand sources across Galveston Island through data collection, and analysis of geotechnical results. Provided recommendation of selected sand source in a final report. Project entailed collecting data related to the islands soil characteristics and geomorphology. Sites underwent a vetting process to conclude selected viable sites. Selected sites proceeded with geotechnical testing and were overviewed by an Atkins representative. Sites were analyzed for quantity and quality of sand. A final report was then provided to the client on the procedure and results founds through the investigation. COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 19 Joe Doto, PSM Survey and Geotechnical Joe Doto has an excellent reputation in the industry as a creative and innovative coastal engineer specializing in beach nourishment and coastal projects. He has 17 years of combined project experience working with Walt Disney Imagineering directing and planning development projects. Specifically, QC/QA management, survey and mapping, hydrographic surveys, GIS for planning and development, coastal/civil engineering, LiDAR, aerial mapping, land transactions architecture, and design for all levels of construction. His project experience includes: Mr. Doto’s project experience includes: -Port of Cape Canaveral, Florida 2012 - CT6 Berthing Expansion QC/QA and Hydrographic Survey -Walt Disney Parks & Resorts - Cruise Line’s Castaway Cay (Bahamas) Island Rehab 2012 -Vero Beach Resort - Engineering and Permitting for Dune Restoration (‘99, ‘01, ‘03, ‘04, ‘06, ‘07, ‘08) -IRC Sector 3 - QA/QC Management and Geotechnical for Beach Nourishment (Phase 1, 2, & 3) Hydrographic Survey and Beach Profiles 2009 - 2012 -St Lucie Beach Nourishment Project 2012 - Surveyor of Record -Fort Pierce City Marina Island Creation and Beach Nourishment Project 2012 - QA/QC Administration and Surveyor of Record -Dania Cut-off Canal Dredge Project 2012 - QA/QC Administration and Surveyor of Record -Dania Cut-off Canal DMMA Project 2012 - QA/QC Administration and Surveyor of Record -Carlton Condominiums FEMA Flood Map Revisions 2011 -Port Everglades Berth 31 & 32 Dredge Project 2012 - QA/QC Administration and Surveyor of Record -Wares Creek Canal Dredge Phase 1 - Turbidity Monitoring/Hydrographic Survey -Hong Kong Disney - Civil / Coastal Land Reclamation (500 acres) -Polynesian Luau - Marine Breakwater design, Circulation model and Beach Nourishment Design -Coronado Springs Resort - Revetment design and Beach Nourishment -Discovery Island Beach Nourishment Project Borrow Area Investigations, Underwater Video Mapping, Shoreline Surveys, Aerial Photography, Turbidity Monitoring and Dock Repairs -Walt Disney Parks & Resorts - Light Barge Canal Breakwater Design, Magic Kingdom -Vero Beach Wave Crest Analysis, Florida -Epcot - Walt Disney World - Marina Fueling Facility Total years of experience 17 Years with firm 17 Education M.S., Coastal and Oceanographic Engineering, University of Florida MBA, Stetson University B.S., Civil and Environmental Engineering, University of Central Florida Lake County Fire and Rescue Academy Registrations/licenses Professional Surveyor and Mapper Florida 6789 Professional affiliations Firefighter, EMT, Fire Safety Inspector Scuba Open-Water Diver American Society of Civil Engineers University of Florida Alumni Association Software CHAMPS WHAFIS Matlab MathCAD AutoCAD ARCMap ACES COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 20 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 1 2.0 Past Performance ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 21 2. Past Performance The Atkins team offers extensive experience in the planning, engineering, design, permitting, construction, and monitoring of coastal engineering projects. The following table highlights a few projects that our team members have completed to illustrate our experience with project elements similar to those required by Collier County under this solicitation. Project Bathymetric Survey Geotechnical Investigation Natural Resource Survey Dredging Design Water Quality Improvements Regulatory Permitting Barbours Cut Dock Expansion & San Jacinto Marsh Restoration       Coopers Bayou       DNREC Statewide Waterway Survey   Dredge Corridor Surveys     Everglades National Park Pole and Troll Zone   Florida FWC Boating and Waterways      Grand Canal Dredging Project       Manchester Waterway Dredge Project      Old Tampa Bay Water Quality Improvement Project      Prime Hook National Wildlife Refuge Restoration       Red Bug Slough       Robinson Preserve       Sebastian Inlet District Engineering Services      St. Joseph Peninsula Seagrass Restoration     St. Lucie Inlet Coastal Engineering Services       Sunaire/Estil Dredging Project       Swepston Bridge Pipeline Removal    ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 22 Manchester Waterway Dredging Project Charlotte County, Florida The Manchester Waterway is a 30-mile network of channels connecting residents to some of the finest boating and fishing opportunities in southwest Florida. This boating community lies at the confluence of the Myakka and Peace Rivers which empty into Charlotte Harbor. Locals enjoy a site which is bordered by thousands of acres of protected wetlands and which has a short run to the infamous Boca Grande Pass and Gulf of Mexico. Waterway management in the Manchester community is accomplished via a Multiple Source Benefit Unit (MSBU), whereby a group of community members direct County staff on projects. MBSU members must manage available budgets and competing interests, with the added pressure that these elements belong to their neighbors. MSBU-managed projects include a mash-up of dredge work, navigation aid, and flow improvement projects nestled with several permits. Atkins has been assisting Charlotte County and the Manchester MSBU with maintenance of the waterway since 2015. Our initial task was to design another one-off navigation project to address a perceived draft restriction. After engagement with our initial task, it became quite clear that a secondary task was required to focus perceptions, clean up some previous work, and complete work with the future in mind. After recognizing the need for redirection, Atkins worked with County staff to: › Implement an alternate survey strategy. › Demonstrate capacity to combine projects. › Complete a dredging plan for the waterway. › Prepare a scheme for upland material handling and disposal. › Develop a beneficial use strategy to utilize dredged material for anoxic habitat restoration. › Establish channel control in areas where it had been lost. › Create a navigation aid inventory and recommend improvements. › Procure the necessary authorizations to complete the enhanced work plan. They say that the squeaky wheel gets the grease; a notion that is particularly true for special benefit and taxing units. Atkins’ work at Manchester is realigning the gears for the Manchester Waterway and providing some lubricant that quiets squeaks. We are pleased to report that an enhanced project is moving forward in the Summer of 2020. The work will include dredging along 19 miles of channel with a mix of in-water beneficial use and upland disposal. Our efforts at Manchester have helped our client realize the grand-slam: a better project that saves money, is completed on time, meets the objectives of all stakeholders, and paves the way for future work. Client Charlotte County Client reference Matt Logan 941.575.3610 Completion date Ongoing Services provided › Hydrographic survey › Channel alignment analysis › Dredge design › Permit coordination › Construction management and oversight Reference Questionnaire Solicitation: 20-7710 Reference Questionnaire for: Manchester Waterway Dredging and Beneficial Use Project (Name of Company Requesting Reference Information) Atkins, N.A. (Name of Individuals Requesting Reference Information) Mark Stroik, PM Name:Matthew Logan, PM (Evaluator completing reference questionnaire) Company:Charlotte County, Public Works (Evaluator’s Company completing reference) Email: Matthew.Logan@charlottecountyfl.gov FAX: (941) 637-9265 Telephone: (941) 575-3610 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/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Dredging of residential canals with upland disposal and benneficial use. Completion Date: Permit, Design, Enginnering – March, 2020 Construction – October, 2020 Project Budget: $500,000_______________________________ Project Number of Days: 2 yrs Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 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 98 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 23 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 24 Indian River Lagoon (IRL) Environmental Dredging Brevard County, Florida In recent years, the IRL has been experiencing degradation in water quality with an increase in algae blooms and fish kills. These problems have been attributed to elevated levels of nutrients in the water column and the presence of large deposits of muck containing high concentrations of nutrients have been identified as key contributors. Efforts to remove this muck are underway and Brevard County is significantly bolstering these efforts through a recently implemented ten-year $300M restoration plan that includes $200M allotted for muck removal. This identifies more than five million cubic yards of muck targeted for removal through the ten-year program. Of that, Atkins is the engineering consultant for three projects totaling approximately 1.5 million cubic yards of targeted muck removal at an estimated combined construction cost of $65M. Atkins began assisting Brevard County with their muck removal efforts in 2014 and continues to do so with involvement in several projects at various stages of completion. The services provided range from preliminary planning through construction and includes the following: › Preliminary investigation to identify and quantify muck deposits through hydrographic surveys, muck depth probes, sediment sampling and analysis, and environmental resource identification. › Development of dredge templates and construction plans to allow for the maximum removal of muck while avoiding impacts to environmental resources and adjacent docks and seawalls. › Design of dredge material management areas for processing the dredged muck through both traditional settling ponds and mechanical dewatering equipment. Recently, requirements to remove nutrients from the dewatering effluent prior to discharge back to the Indian River Lagoon have been implemented. › Obtain regulatory permitting approvals through Florida Department of Environmental Protection (FDEP), Florida Fish and Wildlife Commission (FWC), US Army Corps of Engineers (USACE), National Marine Fisheries Service (NMFS), US Fish and Wildlife Service (FWS), and US Coast Guard (USCG). › Preparation of bid documents and assistance with bidding and contractor selection. › Assist with construction oversight, including; construction observation, construction meeting facilitation, pay application review, shop drawing review, requests for additional information, and permitting compliance. This following is a list of the various muck removal projects Atkins has been involved with in Brevard County, Florida: › Mims Boat Ramp › Grand Canal (Brevard County) › Mather’s Bridge Client Brevard County Client reference Walker Dawson 321.261.8646 Completion date Ongoing Services provided › Dredging design › Engineering analysis › Permitting › Construction management and oversight Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 6ROLFLWDWLRQ&=&ROOLHU&RXQW\ 18-7432-CZ Atkins North America, Inc. (Name of Company Requesting Reference Information) Kenneth Good, PE Walker Dawson, PE Brevard County NRMD Walker.Dawson@brevardfl.gov NA 321-261-8646 IRL Muck Dredging Ongoing $1.5M (est. contracted to date)1,714 days (as of 04/02/2019) 10 9 10 10 10 10 10 10 10 10 99 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 25 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 26 Old Tampa Bay Water Quality Improvements Tampa, Florida The Florida Department of Transportation (FDOT) recently restored seagrass habitat impacted by increased nutrient loads from roadway crossings across Tampa Bay. Because the traditional solution for mitigation would have involved the purchase of costly on-site stormwater management facilities, Atkins was hired to identify alternative (less expensive) solutions. One the alternatives involved a modification to the Courtney Campbell Causeway (CCC), which bisects the northern portion of the Bay. Our hydrodynamic modeling staff carried out a study with the aid of Delft3D modeling software, demonstrating how the proposed modifications could increase water exchange with greater Tampa Bay and improve water quality and seagrass suitability. The State agreed with the results and the alternative was ultimately selected. Based on preliminary estimates, this project will save taxpayers as much as $100 million versus the traditional approach. The project received an Outstanding Environmental Project Award from the Florida Institute of Consulting Engineers (FICE) in 2017. Model results indicated that within the area of concern, a 200-foot bridge opening through the CCC reduces residence time (defined as the amount of time needed to reach 50% of initial concentration) of the northeast portion of OTB from about three days to about one day. As a result, the increased tidal flushing in the areas north of the CCC due to the bridge opening is expected to improve the conditions that have likely caused the reduction of seagrass meadows in that area. This will improve the overall water quality in this portion of OTB and provide substantial cost savings to the FDOT by eliminating the traditional stormwater pond approach to treatment. Client FDOT District Seven Client reference Daniel Lauricello 813.975.6083 Completion date 2019 (construction) Awards › FICE Outstanding Environmental Project Award, 2017 Services provided › Coastal engineering › Hydrodynamic modeling › Data collection › Ecological sciences Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________Completion Date: _____________________________ Project Budget: _______________________________Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 18-7432-CZCollier County 18-7432-CZ Atkins North America, Inc. (Name of Company Requesting Reference Information)Shayne Paynter $13,000,000 OTB Water Quality Improvement 6/2019 10 9 10 10 10 10 9 9 10 10 9.7 5 years Study/Permitting/Design/Construction Daniel.Lauricello@dot.state.fl.us Daniel M. Lauricello Florida Department of Transportation 813-975-6083N/A COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 27 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 28 Prime Hook National Wildlife Refuge (NWR) Marsh Restoration Project Milton, Delaware The Prime Hook NWR and adjacent waters are important features along western Delaware Bay and support migratory birds as well as many threatened and endangered species. Historically salt/brackish marsh habitats, the Refuge was diked and managed as freshwater impoundments starting in the early 1980s. Several shoreline breaches due to storm impacts, most recently Superstorm Sandy, allowed saltwater intrusion along with loss of habitat. With the acquisition of relief funds from Superstorm Sandy, Atkins was hired by the USFWS to develop restoration alternatives that would return circulation to pre-impoundment conditions. Atkins engineers and scientists helped determine the repairs and changes necessary to make that possible. A hydrodynamic and numerical model of the Refuge and adjacent bay region was created using Delft3D, chosen for its ability to account for the effects of tides, wind, waves, and fresh and salt water mixing. Model results were used to identify the scenarios which maximized conditions favorable for saltmarsh habitat restoration and growth. With assistance from USFWS and Atkins scientists, model results were used in combination with the coastal engineering analysis to identify the preferred alternative for modifying and managing the Refuge under the new environmental regime post-Sandy. The solution involved repairing the breached shoreline and restoring/creating a network of interior channels based on historical flow pathways. The project balanced science and engineering inputs with constructability parameters and is a model solution to coastal erosion due to climate change for any coastal areas of the U.S. It’s a template for habitat restoration and flood- proofing cities and coastal development in the face of sea-level rise, incorporating sustainable design into natural and manmade features. This ideal solution to coastal erosion and habitat restoration received an Environmental Excellence Award from the World Organization of Dredging Associations (WODA) in 2016. The beach project was awarded a Best Restored Beaches of 2017 by the American Shore and Beach Preservation Association (ASBPA). Atkins had three partner firms on this project. The U.S. Army Corps of Engineers inherited our beach design for the 1.5 million CY beach restoration phase. Stantec worked under subcontract to Atkins to perform independent quality assurance work. Finally, Amec Foster Wheeler (now Wood) worked alongside our team in an administrative role during construction. Client U.S. Fish and Wildlife Service Client reference Al Rizzo 302.222.7601 Completion date 2016 Awards › American Shore and Beach Preservation Association Best Restored Beaches Award, 2017 › World Organization of Dredging Associations Silver Environmental Excellence Award, 2016 Services provided › Survey › Hydrodynamic modeling › Ecological sciences › Design and permitting › Construction management and oversight Collier County Solicitation 19-7498 Reference Questionnaire Solicitation: 19-7498 Consultant Selection for the Collier County Beach Resiliency Program - Naples Su Reference Questionnaire for: Atkins North America, Inc. (Name of Company Requesting Reference Information) Mark Stroik (Name of Individuals Requesting Reference Information) Name: Al Rizzo Company: U.S. Fish & Wildlife Service. (Evaluator completing reference questionnaire) (Evaluator’s Company completing reference) Email:Al_Rizzo@FWS.gov FAX: N/A Telephone: (302) 684-8419 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 satisfied (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Prime Hook Refuge Restoration Completion Date: December 2018 Project Budget: $510,000 Project Number of Days: 500 Item Criteria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 8 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Ability to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 91 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 29 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 30 Haldeman Creek Replacement Weir Design and Permitting Services Collier County, Florida The objective of this project for Collier County was to design a new operable gate weir structure to replace the existing Amil gate weirs that were in disrepair. Atkins reviewed several alternatives during development of the basis of design report (BODR). In addition, the team conducted a study to evaluate the effects of various sea level rise (SLR) scenarios on weir gate operations, based on available existing stage level gage data and the scenario horizons. The final design incorporated a weir sill elevation that provided extra flood protection from SLR effects for hundreds of homes. In addition to providing a tidal barrier and salinity barrier for Haldeman Creek and maximizing flood control for upstream properties, the weir structure was designed for easy operations and maintenance by County staff. Atkins economized the permitting of this project through research and successful negotiation of a minor compliance-modification of the existing SFWMD ERP permit. This included ecological review of site conditions, engineering calculations demonstrating no adverse change in hydrological characteristics, and meeting with SFWMD staff. As a result, SFWMD authorized the ERP 35 days after submittal of the application package, with no request for additional information (RAI). Atkins also obtained the dewatering permit for construction of the project with no RAI less than 30 days after application submittal. Our successful approach on these permits enabled Collier County to let and construct the project in a short time frame, with no permitting delays. Client Collier County Client reference Shane Cox, Senior PM 239.252.5792 Completion date 2018 Services provided › Ecological review › Sea-level rise analysis › Design › Permitting Solicitation: 18-7432 Reference Questionnaire for: ATKINS NORTH AMERICA C�erCounty � Administrative Services Department Procurement Services Division Reference Questionnaire (Name of Company Requesting Reference Information) Mark Erwin Company:Collier County (Name oflndividuals Requesting Reference Inform � tio ) Name: R Shane Cox, P.E. (Sr. Project Mgr)� / · (Evaluator completing reference questionnaire) / t. / r I Y (Evaluator's Company completing reference) Email: Shane.Cox@colliercountyfl.gov FAX: Telephone: (239) 252-5792 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/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: Haldeman Creek Replacement Weir Design and Permitting Completion Date: May 2018 Project Budget: Design: $200k I Const. $ l .8M Project Number of Days: 1095 Days Item Citeria I Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). I TOT AL SCORE OF ALL ITEMS Score 10 9 10 9 10 10 10 10 9 10 97 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 31 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP 3.0 Project Approach, Willingness to Meet Time and Budget Requirements ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 32 3. Project Approach The Atkins team proposed here has extensive experience in all necessary elements required to link a waterway restoration and drainage improvement project that simultaneously enhances water quality, stormwater performance, and navigability. The key to success on such projects is focusing multiple disciplines towards a targeted objective and project outcome. Our deputy project manager, Mark Stroik, has led the charge on many Atkins dredge projects and will be the technical lead on Plantation Island. The organizational chart presented in Section 1 provides a snapshot of our proposed staff for the project. Although it’s not expected, additional staffing resources are available if needed. The following dialogue briefly describes the primary elements and project controls. Data collection and management Shelby Riffey, EIT (TX) will lead all data collection efforts. Data collection begins with proper planning to target data context and manage sequencing. Survey plans will be developed for each element to ensure field efforts are maximized within the available budget. The project schedule is sufficient to allow for strategic sequencing in data collection and will help keep cost in check. The Atkins team is experienced in the types of survey required for the project. The team is on the cutting-edge of technology and have an industry-leading ability to efficiently and thoroughly map canals laden with fine sediments and debris. Our advanced capabilities in hydrographic survey and sub-bottom mapping are noteworthy differentiators. Hydrographic survey Survey will begin with a low-cost investigatory effort. We have a wide range of techniques and technology at our disposal and will utilize the investigatory survey to select an efficient approach for such a detailed effort. Employing a method that can estimate the type and volume of debris present will be a critical component. A combination of multibeam and dual-frequency single beam surveys will yield a best value for the project. Geotechnical investigations The geotechnical investigation phase will classify material and help establish historical channel dimensions. A classic geotechnical sampling plan is a good start for investigative purposes and will provide the information needed for material testing and shoaled depth for at a single point. As the channels at Plantation Island were likely established with mechanical dredging equipment, the underlying and original channel is likely to have an undulating surface. We commonly encounter areas with deep pockets or hidden shelves in residential canals and have developed remote-sensing methods that reliably map the hidden “virgin-cut” floor below. The work requires a combination of traditional geotech and advanced hydrographic survey techniques. Our proposed team is one of a very few in Florida with the equipment and expertise to conduct subbottom surveys in residential canals. The resulting work product is far superior in quality, schedule, and cost compared with probing. Baseline water quality Establishing baseline water quality conditions is a critical step in quantifying overall project performance and streamlining permit processes. Roland Samimy, Ph.D., an industry leader in this area, will oversee our work after the survey and geotech phases are complete. A series of instruments will be installed at select locations to measure constituents of interest including tide, salinity, and dissolved oxygen. Sediment nutrient flux estimates for phosphorus and nitrogen output may also be estimated to quantify total nutrient load reduction from the proposed excavation. Data management Because data inputs from survey, environmental, and design groups will be continuous, thoughtful data management will be key to efficiency. All incoming data will be stored in a common and shareable GIS project database. The GIS Dynamic shoaling via multibeam survey Manchester Canal, Charlotte Co. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 33 project database will be continuoally evolving throughout the project and will serve as a warehouse for relevant information for the life cycle of the project. Finally, data formats will be controlled to allow for seamless transition between GIS and CAD drafting software, helping to eliminate redundant processing work. Natural resources and permitting Don Deis, CEP, will serve as our lead scientist and will pull from our large group of marine and terrestrial sciences staff. This includes the Atkins scientific dive team, a group of roughly 15 staff and accredited by the American Academy of Underwater Sciences (AAUS). The objective of the natural resource and permit team will be to drive toward a recommended permitting plan that can be used as a decision tool for project advancement. Environmental survey The environmental survey work will begin with a desktop review of listed species of interest and habitats for the project area. A follow-up investigatory environmental survey would follow, which will feed into the conceptual design before agency consultation. After agency consult, a final environmental survey plan will be developed, and detailed data gathered. The early agency involvement strategy promotes efficient production by way of eliminating unnecessary work and mitigating chances for rework. Regulatory coordination Responsible agencies on this project include FDEP, U.S. Army Corps (USACE), U.S. Fish & Wildlife Service (USFWS), National Marine Fisheries Service (NMFS), and National Park Service (NPS). Appropriately classification as a restoration project for environmental enhancement will aid in the overall process. In the best-case scenario, the project may qualify for exemption status to restore original dimensions. The subbottom survey described above will be critical to potentially qualifying for exempt status. Increasing project elements or impacts complicate the process, but all possibilities remain achievable and within the expertise of our team. A comprehensive agency matrix accompanying the final report will outline the necessary steps to fully permit the project. Design and engineering Justin Bartusek, PE, will serve as our lead designer on the project. Justin works within our coastal engineering practice and is a member of the dredging services group. Although his primary career focus is on dredging projects, he frequently collaborates with, and will have access to the available resources of, our marine structures and water infrastructure teams. The design team will follow a classic engineering approach with the traditional stopping points. The logic outlined in the RPS scope is sound, and we will plan to deliver as outlined. One additional element to be addressed is dredge material placement or disposal. Dredge material fate is often a controlling factor and requires early attention. Possibilities range from traditional upland disposal to beneficial use and habitat creation. Moving beyond the traditional technical components, our design approach will maintain two underlying pillars throughout their work: design it to be permittable and constructible. Permittability The integration of science during engineering is a key ingredient in achieving permittability. Seamless coordination with our environmental and permitting staff is the norm on Atkins dredging work. Our scientists will participate in design and our engineers will assist with resource identification. This overlap is somewhat unique to marine work, and is a necessary byproduct of the environments we work in. Permit schedule and decision matrix: Biscayne Bay Utility Crossing ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 34 Constructability For constructability reviews, the engineering team will rely on in-house industry expertise. Namely, several members of our dredging services group were previously employed as field managers for a leading domestic dredging company. Their “real-world” experience will aid in early detection of costly design errors. Final phase – optimization Optimization has varied meanings for each user and varied impacts on each project budget. This vague term can lead to schedule and financial creep, if not managed appropriately. That said, our preliminary analysis of the advertised schedule and budget confirms that both are ample. After the initial surveys and dredging designs are complete, opportunities to increase hydraulic efficiency of the system will be apparent to achieve maximum water quality and biodiversity benefits. Mark Erwin, PE, CFM, will lead the final work phase with a focus on water quality improvement, drawing upon the full complement of expertise available from our scientists, engineers, and specialists. Our coastal modeling staff has extensive experience on similar projects and will employ the use of Delft-3D modeling software to test alternatives that may decrease residence time and increase flushing in the canals. Hydrodynamic modeling Tidal volumes through the Chokoloskee Bridge & Causeway and seasonal flows down the Barron River potentially dominate flushing capacity for the wider system at Plantation Island. The canals currently appear to function as a loop system, without a strong flushing connection to either waterbody. Additional data collection efforts would be required to test whatever hypothesis exists. An expansion of bathymetric data and a short-duration flow study via Acoustic Doppler Current Profilers (ADCP) will be likely additions. After all inputs are collected, the model will be configured and validated through ACDP measurements. Once validated, alternate scenarios to simulate various connections and alternate dredge designs will be possible via individual model runs. A round-robin sequence of conceive-model-predict will be performed for final optimization. Cost control and discipline will be critical in this phase to avoid budget overruns caused by excessive alternative testing. Pre-design report and delivery After optimization is complete, a pre-design report will be compiled. The report will focus on fulfilling requirements of the grant agreement and providing a basis of design ready for future implementation. The report will include a 30% set of design drawings suitable to proceed directly into the permitting phase. The GIS database, environmental surveys, and all other associated data will be assembled in a comprehensive project file. Our dredging and construction estimators will develop a detailed construction cost, and our permitting and PM staff will develop future permit and engineering costs. Project recommendations and schedules will be provided as well. Using this approach, final delivery could be accomplished through a number of methods, ranging from electronic transmittal to a stakeholder presentation or engagement. Modeled hydraulic performance alternatives: Old Tampa Bay Plantation Island Waterways Pre‐Design and Environmental Assessment StudyNotice To Proceed/Project Kick-offA. Survey and MappingDesktop Data Review and BasemapBathymetric SurveyGeotechnical InvestigationsTopographic Surveys Water Quality/Circulation MeasurementsDraft (60%) Survey ReportCounty ReviewFinal Survey ReportB.Environmental EvaluationDesktop Data ReviewB1. Fish and Wildlife SurveysUpland Environmental SurveysSubmerged Resources SurveysDraft (60%) Fish and Wildlife Survey ReportCounty ReviewFinal Fish and Wildlife Survey ReportB2. Regulatory Permit Feasibility CoordinationPreliminary Agency ConsultationSecondary Agency ConsultationC.Preliminary Engineering DesignC1. Dredging and Restoration PlanDraft (60%) Dredging and Restoration PlanCounty ReviewFinal (90%) Dredging and Restoration PlanC2. Pre-Design ReportDraft (60%) Pre-Design Report County ReviewFinal Pre-Deisgn ReportProject Close-outMonth 12Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 113.1 Project Schedule COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO. 20-7710 35 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 36 3.2 Approach to Managing Cost Atkins professionals are recognized for our ability to complete projects within established budgets and schedules, while maintaining high quality standards. We have achieved this reputation by “doing it right the first time.” Atkins brings a demonstrated commitment to seek ways to reduce County staff effort and improve efficiencies, deliver a quality product the first time, manage the budget, and apply cost-effective tools and processes to minimize delivery time and save money. Atkins commits to continue providing responsive, high quality personal service and attention to the County, while taking advantage of the additional experience and expertise of our resources statewide, nationwide, and even worldwide. Our goal will be to complete this project with the least possible expenditure of the County’s time and money. Mark Erwin, PE, CFM, our proposed project manager, will assign local professionals who share a deep-rooted commitment to the work as Florida residents and who have a strong passion for the work at hand. With submission of this proposal, our team commits to provide the necessary resources—both technical and managerial—to deliver a quality project while meeting—or surpassing—County schedule and budget expectations. Although the County’s anticipated 11-month schedule for this design appears appropriate, we believe the strength and directly relevant expertise of our team will enable us to beat this time frame. Project planning and schedule control As demonstrated on our numerous past projects for the County, Atkins is committed to meeting the County’s schedules. In fact, due to our significant depth, resources, and expertise, we are at times able to deliver ahead of schedule. Atkins will develop a master schedule with comprehensive project controls at the outset of work efforts. We will create a project task schedule that breaks down each phase of the work by task and by assignment. The schedule is reviewed and updated at each phase of the project to reflect actual progress and anticipated needs, which will help manage cost control. Atkins recognizes the importance of proper scheduling and schedule maintenance. Our adherence to work schedules is achieved through the proper planning, continuous monitoring, and follow-up action of experienced project personnel. Our process involves strictly following these guidelines: ›Maintaining a computer software-based project schedule for each task and subtask, including deadlines, milestones, deliverable due dates, and review points. ›Fostering frequent communication with County personnel to anticipate, identify, and resolve problems, and to smoothly implement adjustments in work focus or staff resources. ›Maintaining continuous interaction between the project manager, task managers, and project team members. Cost control Positive job control can best be achieved via the “DIMCA” process as follows: ›Define the desired results for each task. ›Input the appropriate instructions. ›Monitor the process. ›Compare production with the anticipated results. ›Adjust as necessary to achieve the desired results. Atkins will use our company-wide ORACLE accounting software to track and evaluate performance of individual assignments. This method of measuring and evaluating performance, utilizing our Earned Value Tracking tool, enhances our ability to identify potential trouble spots at an early stage and to predict any possible impacts on the project. We then use this information to guide our development of corrective actions. Beyond controlling the budget for assigned work efforts, Atkins also strives to assist clients in controlling the overall budget for project programs. As such, we advocate frequent updates of project cost estimates and early communication of any significant changes to the County. Dredging for environmental restoration is what we do. With no learning curve and applying the right technical expertise and lessons learned from recent similar projects, our team will provide significant cost and time savings for the County on this project. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 37 Staffing allocation and manpower planning Successful project delivery requires the assignment of staff with appropriate availability and expertise. While Atkins has a strong presence across Florida and nationwide, our greatest asset to the County is our local staff, most of whom are located between Miami and Sarasota. Mark Erwin, with the support of our principal-in-charge and task leads, will use his extensive knowledge of the County and Atkins staff capabilities to identify the most qualified professionals to complete the work for each project task. He will then use Atkins’ Manpower Planning software, in coordination with identified staff, to confirm appropriate availability of each team member for the duration of each work effort. Atkins’ Manpower Planning software is a Microsoft Access database program that tracks manpower projections on individual project and employee levels. The main purpose of the software is to maximize the utilization of staff. The program, which identifies project commitments on a monthly basis for each employee, accounts for overhead, holiday, and vacation activities. Our Manpower Planning software helps to identify staff members who are either overloaded or underloaded, thereby enabling our project managers to confirm appropriate project staffing to maintain scheduled commitments. Quality control A key component of Atkins’ ability to deliver projects on time and within budget is our belief that quality work products are more likely to be achieved when supported by quality management practices. By specific corporate policy, as detailed in our Quality Control and Assurance for projects (QCAP) manual, every project deliverable prepared by Atkins must undergo a quality control review to verify development in accordance with accepted standards of professional practice and with all requirements of the contract. Our commitment to quality is such that our proposed team includes a highly experienced quality manager whose sole job will be to assure that independent quality reviews are conducted, by appropriate personnel, for all work products. Shayne Paynter, Ph.D., PE, PG, will serve as quality manager for this project. Having served in this role on many stormwater projects at Atkins, Dr. Paynter has over 23 years of experience in the water resources field, including serving as project manager and/or senior water resource H&H engineer for numerous watershed management and water quality improvement projects throughout the region: ›Old Tampa Bay Coastal Circulation Improvement ›Cooper’s Point Coastal Circulation Improvement ›Celery Fields Stormwater Management Facility ›Duck Slough Drainage Improvements Atkins’ quality assurance/quality control (QA/QC) program sets forth standards for QC to be applied on projects by all services. Included are the following essential components: ›A project executive plan (PEP), which details all aspects of project quality, from scope of work and communication to quality control and documentation. ›Among the required elements of the PEP is a QC plan, either embedded in the PEP or as a stand-alone document. The QC plans includes technical reviewers assigned to specific project tasks, in addition to anticipated quality review dates. ›A kickoff meeting is held before work on any assignment or task begins. Communication of the PEP is the primary purpose of this meeting. ›Each task lead is responsible for QC of his or her assignment. This QC responsibility includes utilization of Atkins’ five step quality control review process. Atkins’ QCAP program provides senior-level technical guidance throughout a project, thereby increasing our ability to complete the work properly the first time. These processes focus energy onto areas in need of improvement, while promoting continual enhancement of all Atkins’ processes, services, and deliverables. Our primary goal is to make it easy for clients to select and reselect us by producing consistently excellent work within established budgets and schedules. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 38 Project reviews Atkins prioritizes meeting budget and schedule requirements while providing quality deliverables to clients. To meet these commitments, our project manager and project director will conduct regular review meetings to review and discuss the status of work on this project. These meetings will be conducted every 1 to 3 months, depending on the complexity of work in progress. In addition to reviewing all aspects of each task (financials, schedules, scope, resource allocation, quality audits, health and safety, etc.), mitigation plans will be developed as needed. For all tasks associated with this project, Michael Ryan, PE, PMP (our proposed principal-in-charge) will serve as the project director. Based on meeting outcomes, Mike has the authority to allocate staff from across the state to ensure that we meet the commitments made to the County. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP 4.0 Recent, Current, and Projected Workloads of the Firm ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 39 4. Recent, Current, and Projected Workloads of the Firm Current workload Atkins is fully committed to the successful completion of the Plantation Island Waterway Pre-Design and Environmental Assessment Study if selected for this project. Our current workload affords us the availability to successfully execute the scope of services for this project within the County’s 12-month schedule. We have analyzed critical path schedules, our proposed staff’s current and future workloads, and short- and long-term project assignments with our Manpower Planning software to confirm that our team has daily availability to begin work immediately. In fact, our current workload is far from full capacity; this fact, combined with our significant depth of resources, means the additional work associated with this contract will have no adverse effect on our ability to meet schedule and budget needs. Furthermore, our subconsultants have also analyzed their current and future workloads and have the availability to meet your schedule as well. Although, if at any time during project execution, unforeseen circumstances arise and additional personnel are required to complete project tasks, Atkins can augment our team by drawing on our employees from our offices throughout Florida who offer an array of engineering, environmental science, GIS, survey, and other relevant services. Our staff also offers expertise in disciplines that may not have been anticipated at the time of the procurement process. Our principal- in-charge, Mike Ryan, has appropriate authority and availability to monitor staff resources and allocate additional firmwide professionals as needed to meet established task deadlines. As noted above and depicted in Figure 1 on the following page, our team has sufficient availability to commit to this project. As one of the nation’s largest multidisciplinary consulting firms, Atkins offers core services in the areas of engineering, watershed master planning, floodplain mapping, stormwater design, environmental science, ecology, and information technologies. These comprehensive skills, combined with our commitment to client services, tenacity in meeting production schedules, and delivery of innovative solutions to difficult challenges, has earned our firm a reputation for excellence. As such, we are confident in our abilities to successfully complete the identified scope of services on time and on budget. Our project manager, Mark Erwin, PE, CFM, will continually coordinate with our proposed task leads and subconsultants to ensure the proper allocation of staff resources for all tasks. In addition, he will develop and distribute a project- specific work plan to the entire project team. This plan will detail the technical, administrative, and procedural requirements for each project task. Mark will also review and compare technical work progress with the planned schedule and allocated budget for each project task. Finally, along with serving as the County’s primary point of contact for our team, Mark will coordinate the right combination of service, schedule, budget, and solutions for this project. Mark has proven his commitment to the County by meeting established schedules on recent and similar County projects and assures that he will maintain such commitment throughout this project. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 40 Availability of personnel Atkins is committed to providing quality professional services to the County for the duration of this contract. Figure 1 on the following page indicates the availability of each team member. Figure 1. Atkins team member availability %10%20%30%40%50%60%70%80%90%100% Mark Erwin, PE, CFM 60% Mark Stroik 50% Shelby Riffey, EIT (TX) 55% Justin Bartusek, PE 70% Don Deis, CEP 50% Joe Doto, PSM 45% John Meade, PE 40% Bruce Dilges 55% Desi Maldonado, PE 30% Richard Uptegraff, PE 35% Mark Henry 40% David Loy, ISA 45% Leslie Manzello 40% Daniel Parsons, PE, CFM, ENV SP 50% Roland Samimy, Ph.D. 40% Mike Salisbury, PE 60% Michael Ryan, PE, PMP 40% Shayne Paynter, Ph.D., PE, PG 25% Adam Luce 60% Paul Maddox, REB, SR/WA 40% Nicole Eldridge, PE 75% Deidra Dittmar, EIT (TX) 55% Jacob Pierson 60% David Conrad, PE 30% John Eash, PE 40% Kyle Kellogg, EIT 50% Beth Zimmer 45% Stephen Trbovich 60% David Hill 50% Amanda Glaze 35% Patrick Bates 55% Stacey Roberts 40% Lizbeth Childs, PE 40% Chris Thompson, PE 35% Nick Stapf, EIT 45% Scott Wessen, PE 60% Mike Walters, PE, PG, PH 50% ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Required Forms/Certifications P#70077.AW.20DELIVERABLES -All products will meet the statutory requirements for plans filed for public record.1. Topographic and Canal Bathymetric Survey Report – 60% at 90 days; Final at 120 days from NTP2. Fish & Wildlife Survey Report - 60% at 90 days; Final at 120 days from NTP3. Preliminary Engineering Design Report – 60% at 240 days; Final at 270 days from NTP4. Complete Pre-Design Summary Report - 60% at 300 days; Final at 330 days from NTPRESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST:Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposalmay be deemed non-responsiveEvaluation Criteria Maximum Points1. Ability of Professional Personnel 25 Points2. Past Performance 25 Points3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points4. Recent, Current, and Projected Workloads of the Firm 25 PointsTOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S  ; ; ; ; ; ; ; 41 COLLIER COUNTY BOARD OF COMMISSIONERS RPS NO.: 20-7710 P#70077.AW.20Addendum 1 Date: March 23, 2020 From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 20-7710 Preliminary Design for restoration of Plantation Island Waterways The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please use the criteria ranking that is in the solicitation, not the criteria that is in the RPS directions. The correct criteria is found below: 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 25 Points 2.Past Performance 25 Points 3.Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4.Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 40 P#70077.AW.20(Signature) Date (Name of Firm) Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 41 April 3, 2020 Atkins North America, Inc. Charlotte Maddox, PE P#70077.AW.20Form 7: Vendor Submittal – Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non- permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_______________________________________ Number of Employees Living in Collier County or If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Address in Collier or Lee County: _________________________________________________________ Signature: ____________________________________________ Title: ________________________ ; ; $WNLQV1RUWK$PHULFD,QF$SULO %URDGZD\6XLWH)RUW0\HUV)ORULGD 9LFH3UHVLGHQW ; ;Lee (Including Owner(s) or Corporate Officers): _______ &KDUORWWH0DGGR[3( National: 4100; State: 850; Local Office: 20 total P#70077.AW.20EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1)The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarilyexcluded from covered transactions by any Federal department or agency; (b)Have not within a three-year period preceding this proposal been convicted of or had a civil judgmentrendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain, or performing a public (Federal, State or local) transaction or contract under apublic transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft,forgery, bribery, falsification or destruction of records, making false statements, or receiving stolenproperty; (c)Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of thiscertification; and (d)Have not within a three-year period preceding this application/proposal had one or more publictransactions (Federal, State or local) terminated for cause or default. (2)Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. __________________________________________________________________ Name Project Name __________________________________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number DUNS Number _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 28 Charlotte Maddox, PE Vice President Atkins North America, Inc. Plantation Island Waterways Pre-Design Study RPS NO. 20-7710 360768811______________________________ 59-0896138 1514 Broadway, Suite 202, Fort Myers, Florida 33901 P#70077.AW.20COLLIER COUNTY Certification Regarding Lobbying The undersigned 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. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name of Authorized Official and Title Date 02/18 R7 GCA -3 Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 29 Atkins North America, Inc. Charlotte Maddox, PE, Vice President April 3, 2020 P#70077.AW.20EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 30 RPS NO. 20-7710 Charlotte Maddox, PE Charlotte Maddox, PE Vice President April 3, 2020 P#70077.AW.20ISTHEACTIVITYOFTHISCONTRACT, CONSTRUCTION?YN CONSULTATION?YN OTHER?YN DBE,MBE,WBE VET,SMB8A SUBCONTRACTORORSUPPLIER NAME TYPEOFWORKOR SPECIALTY ETHNICITYCODE (SeeBelow) SUB/SUPPLIER DOLLARAMOUNT PERCENTOFCONTRACT DOLLARS TOTALS: NOTE: ETHNICITYCODE BlackAmerican BA HispanicAmerican HA NativeAmerican NA Subcont.AsianAmerican SAA AsianͲPacificAmerican APA NonͲMinorityWomen NMW Other:notofanyothergrouplisted O DATE TELEPHONENUMBER FAXNUMBER ISTHEPRIMEAFLORIDAͲCERTIFIEDDISADVANTAGED, MINORITYORWOMENBUSINESSENTERPRISE (DBE/MBE/WBE)?ORHAVEASMALLDISADVANTAGED BUSINESS8ACERTIFICATIONFROMTHESMALLBUSINESS ADMINISTRATION?ORASERVICEDISABLEDVETERAN? VETERAN?YN ISTHISSUBMISSIONAREVISION?YN SDB8A? YN CONTRACTDOLLARAMOUNT C. SECTIONTOBECOMPLETEDBYPRIMEVENDOR/CONTRACTOR NAMEOFSUBMITTER DATE TITLEOFSUBMITTER WBE?YN MBE?YN DBE?YN ThisinformationisusedtotrackandreportanticipatedDBEorMBEparticipationinfederallyͲfundedcontracts.TheanticipatedDBEor MBEamountisvoluntaryandwillnotbecomepartofthecontractualterms.Thisformmustbesubmittedattimeofresponsetoa solicitation.IfandwhenawardedaCountycontract,theprimewillbeaskedtoupdatetheinformationforthegrantcompliancefiles. COLLIERCOUNTY ANTICIPATEDDISADVANTAGED,MINORITY,WOMENORVETERANPARTICIPATIONSTATEMENT Statuswillbeverified.UnverifablestatuseswillrequiretheVendor/PrimeContractortoeitherprovidearevisedstatementorprovidesource documentationthatvalidatesastatus.Contractormeansanentitythatreceivesacontract. B. IFPRIMEHASSUBCONTRACTORORSUPPLIERWHOISADISADVANTAGEDMINORITY,WOMENͲOWNED,SMALL BUSINESSCONCERNORSERVICEDISABLEDVETERAN,PRIMEISTOCOMPLETETHISNEXTSECTION A. VENDOR/PRIMECONTRACTORINFORMATION PRIMENAME PRIMEFEIDNUMBER DEPARTMENTNAME COLLIERCONTRACT#(IFB/RFPorPO/REQ) IFYES,REVISIONNUMBER__________ EMAILADDRESSOFPRIME(SUBMITTER) D. SECTIONTOBECOMPLETEDBYCOLLIERCOUNTY ACCEPTEDBY: GRANTPROGRAM/CONTRACT GCA - 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S  ƚŬŝŶƐEŽƌƚŚŵĞƌŝĐĂ͕/ŶĐ͘ϱϵͲϬϴϵϲϭϯϴ ƚŬŝŶƐEŽƌƚŚŵĞƌŝĐĂ͕/ŶĐ͘Ɖƌŝůϯ͕ϮϬϮϬ sŝĐĞWƌĞƐŝĚĞŶƚ ŚĂƌůŽƚƚĞ͘DĂĚĚŽdžΛĂƚŬŝŶƐŐůŽďĂů͘ĐŽŵ ϴϭϯ͘Ϯϴϭ͘ϴϯϲϳ ϴϭϯ͘Ϯϴϭ͘Ϯϲϵϭ N/AN/A N/A N/A N/A P#70077.AW.20P#70077.AW.20EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 Solicitation 20-7710Collier County 3/25/2020 7:54 AM Atkins North America, Inc. 1514 Broadway, Suite 202, Fort Myers, Florida 33901 RPS NO. 20-7710 59-0896138 Atkins North America, Inc. X 239.334.7275 1514 Broadway, Suite 202 Fort Myers, Florida 33901 X 1960 27-0979533 Oceanside Solutions 321.312.3343 1180 S. Patrick Drive, Suite 1 Satellite Beach, FL 32937 2007 X X X 82-3043205 Gulf Coast Geotechnical Engineering 813.855.6750 313 Congress Street Oldsmar, FL 34677 2017 X X X , LLC. P#70077.AW.20EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the ven dor subcontracts any of the work required under this Agreement, a cop y 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 an d regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever n ature arising out of the subcontractor’s performance of work under this Agreement,to the ex tent 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. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 33 Atkins North America, Inc. April 3, 2020 1514 Broadway, Suite 202, Fort Myers, Florida 33901 RPS NO. 20-7710 Charlotte Maddox, PE P#70077.AW.205 6 REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS1.1 The selection process will involve a two -step proposal review to minimize Proposers ’ costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal which will be scored based on the scoring criteria in the Scoring Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms.The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short -listed firms and produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will enter into negotiations with the top ranked firms to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an allowance in the contract for items such as changes in scope and permit acquisition.1.2 The COUNTY will use a Selection Committee in the Request for Professional Services selection process.1.3 The intent of the Step 1 scoring of the qualifications proposal is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure.1.4 Based upon a review of these qualification proposals, the short -listed firms will be requested to submit Step 2, to make oral presentations.1.5 The scores from the RPS - Step 1 used for short -listing for this Project will not be carried forward for the Step 2 of this selection process.1.6 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank.1.7 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer.1.8 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY.SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST:1.9 For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY’S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria:Tie Breaker: In the event of a t ie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County ’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses.Each criterion and methodology for scoring is further described below.EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (20 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team ’squalifications to successfully complete the project.EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available)Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business EnterpriseEVALUATION CRITERIA NO. 3: PAST PERFORMANCE (25 Total Points Available)This criterion measures the professional team ’s past experience with projects similar in size, type and complexity as this project. The professional team will be evaluated on past services provided for projects of similar size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team ’s minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project.The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using the Reference Questionnaire form provided. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work.EVALUATION CRITERIA NO. 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (20 Total Points Available) Limited to 7 pages totalWritten overview of the professional team ’s resources available to complete the services requested in the schedule outlined in the scope of services. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages)A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, 11 ” x 17 ” page size and 40 activities maximum)Written overview of professional team ’s concept and approach to managing the overall cost of the project (Limit response to 3 pages). Include in the 3 -page response specific information on past project performance that demonstrates the Proposer ’s ability to meet owners ’ budgets including change order history on similar projects.EVALUATION CRITERIA NO. 5: LOCATION (10 Total Points Available)The professional team ’s approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick -off how they will establish the project location in order to manage day -to -day or on -site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project.EVALUATION CRITERIA NO. 6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM(20 Total Points Available)This criterion measures the team ’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project.INSTRUCTIONS TO PROPOSERS2.QUESTIONS2.1 Direct questions related to this RPS to the Collier County Procurement Services Division Online Bidding System website:https://www.bidsync.com/bidsync -cas/.2.2 Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page.3.PRE -PROPOSAL CONFERENCE3.1 The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RPS with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RPS. Only written responses to written questions will be considered official, and will be included as part of the RPS as an addendum.3.2 All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre -proposalconference for this solicitation. If this pre -proposal conference is denoted as “mandatory ”,prospectiveConsultants must be present in order to submit a proposal response.4.COMPLIANCE WITH THE RPSProposals must be in strict compliance with this RPS. Failure to comply with all provisions of the RPS may result in disqualification.5.AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RPSIt is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RPS, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RPS from the Procurement Services Division. 6.PROPOSALS, PRESENTATIONS, AND PROTEST COSTSThe County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RPS, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures.7.DELIVERY OF PROPOSALS7.1 All proposals are to be submitted by the due date and Naples local time, on the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync -cas/.7.2 The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated.8.VALIDITY OF PROPOSALS8.1 No proposal can be withdrawn after it is opened unless the Consultant makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process.9.METHOD OF SOURCE SELECTION9.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017 -08, establishing and adopting the Collier County Procurement Ordinance.9.2 If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals.10.EVALUATION OF PROPOSALS10.1 Collier County will evaluate and the proposals and select the firm in accordance with Florida Statute 287.055, Consultants ’ Competitive Negotiation Act (CCNA).10.2 The County ’s procedure for selecting is as follows:10.2.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted.10.2.2 The Request for Professional Services is issued.10.2.3 Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RPS.10.2.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division.10.2.5 In an initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publicly announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice.10.2.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the Request for Professional Services using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals.10.2.7 At the publicly noticed selection committee meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. Time will be allowed for public comment.10.2.8 Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, and/or additional credit information.10.2.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination on which firms will be invited to give oral presentations by short listing the proposals submitted with the goal of having a minimum of three (3) firms giving oral presentations. The selection committee may ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their final ranking.10.2.10 The selection committee ’s overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. By having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations.10.3 The County reserves the right to withdraw this RPS at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information.10.4 Receipt of a proposal by the County offers no rights upon the Consultant nor obligates the County in any manner.10.5 Acceptance of the proposal does not guarantee issuance of any other governmental approvals.11. REFERENCESThe County reserves the right to contact any and all references submitted as a result of this solicitation.12. RESERVED RIGHTSCollier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response.13.INSURANCE AND BONDING REQUIREMENTS13.1 The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work.13.2 The County and the Consultant waive against each other and the County ’s separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County ’sseparate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts.13.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance.13.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.”13.5 The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions.13.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows:Collier CountyBoard of County CommissionersNaples, Florida13.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant ’s sole responsibility.13.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer.13.9 The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy.13.10 Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents.13.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts.14.ADDITIONAL ITEMS AND/OR SERVICESAdditional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance.15.COUNTY ’S RIGHT TO INSPECTThe County or its authorized Agent shall have the right to inspect the Consultant ’s facilities/project site during and after each work assignment the Consultant is performing.16.VENDOR PERFORMANCE EVALUATIONThe County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement.The County reserves the right to take into consideration a vendor ’s past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. Past poor performance may result in the County deeming the vendor non -responsible and therefore refraining from awarding such work.17.ADDITIONAL TERMS AND CONDITIONS OF CONTRACT17.1 The selected Consultant shall be required to sign a standard Collier County contract.17.2 The resultant contract(s) may include purchase or work orders issued by the County ’s project manager.17.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant.17.4 The County ’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work.18.PUBLIC RECORDS COMPLIANCE18.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows:IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR ’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division3299 Tamiami Trail EastSuite 102Naples, FL 34112 -5746Telephone: (239) 252 -838318.2 The Contractor must specifically comply with the Florida Public Records Law to:18.2.1 Keep and maintain public records required by the public agency to perform the service.18.2.2 Upon request from the public agency ’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law.18.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency.18.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency ’s custodian of public records, in a format that is compatible with the information technology systems of the public agency.19.WORK ORDERS ON FIXED TERM CONTRACTS19.1 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County.19.2 Work issued that is determined to be against a “CONTINUING CONTRACTS ” shall not exceed $200,000.19.3 Work in excess of $200,000 shall be performed under a “PROJECT SPECIFIC CONTRACT ” and approved by the Board of County Commissioners.19.4 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project.20.PAYMENT METHOD20.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor ’s invoices must include:20.1.1 Purchase Order Number20.1.2 Description and quantities of the goods or services provided per instructions on the County ’spurchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk ’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700Naples FL 34112OrEmailed to: bccapclerk@collierclerk.com20.2 Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non -payment under the legal doctrine of “laches ” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement.20.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract.20.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.”Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements.21.ENVIRONMENTAL HEALTH AND SAFETY21.1 All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes.21.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right -of-way for the purpose of inspection of any Consultant’s work operations. This provision is non -negotiable by any department and/or Consultant.21.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer.21.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels.22.POLLUTION PREVENTIONThe vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately.23.LICENSES23.1 The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non -responsive. A Consultant, with an office within Collier County is also required to have an occupational license.23.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active ” in Collier County.23.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector ’s Office at (239) 252 -2477.24.SURVIVABILITYThe Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination.25.PRINCIPAL/COLLUSIONBy submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud.26.RELATION OF COUNTYIt is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation.27.TERMINATIONShould the Consultant be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non -performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board ’s Procurement Ordinance.28.LOBBYINGAfter the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty -eight of County Ordinance 2017 -08.29.CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (Fl Statute 607.1501)In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm.30.SINGLE PROPOSALEach Consultant must submit, with their proposal, the required forms included in this RPS. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub -consultant to any other firm submitting under the same RPS. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub -consultant to any other firm or firms submitting under the same RPS. All submittals in violation of this requirement will be deemed non -responsive and rejected from further consideration.31.PROTEST PROCEDURES31.1 Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director strictly in accordance with the County ’s current Procurement Ordinance and policies.31.2 Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within three (3) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted.31.3 Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director.32.PUBLIC ENTITY CRIMEA person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list.33.SECURITY AND BACKGROUND CHECKS33.1 The Contractor is required to comply with County Ordinance 2004 -52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years.33.2 All of Contractor ’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor ’s business.33.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e -mail (DL -FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident.33.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs.34.CONFLICT OF INTERESTConsultant shall complete the Conflict of Interest Affidavit included as an attachment to this RPS document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 35.PROHIBITION OF GIFTS TO COUNTY EMPLOYEES No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RPS, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 36.IMMIGRATION LAW AFFIDAVIT CERTIFICATION 36.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 36.2 The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including Request for Professional Services (RPS) and construction services. 36.3 Exceptions to the program: 36.3.1 Commodity based procurement where no services are provided. 36.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 36.4 Consultants / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant ’s/bidder ’s proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E -Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E -Verify evidence and the executed affidavit the bidder ’s / Consultant ’s proposal may be deemed non -responsive. 36.5 Additionally, Consultants shall require all subcontracted Consultants to use the E -Verify system for all purchases not covered under the “Exceptions to the program ” clause above. 36.6 For additional information regarding the Employment Eligibility Verification System (E -Verify) program visit the following website: http://www.dhs.gov/E -Verify. It shall be the Consultant ’s responsibility to familiarize themselves with all rules and regulations governing this program. 36.7 Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Yes No Certification : Evaluation Criteria Maximum Points1.Ability of Professional Personnel 20 Points2.Certified Minority Business Enterprise 5 Points3.Past Performance 25 Points4.Project Approach, Willingness to Meet Time and Budget Requirements 20 Points5.Location 10 Points6.Recent, Current, and Projected Workloads of the Firm 20 PointsTOTAL POSSIBLE POINTS 100 Points I certify that I am in agreement, to the best of my knowledge, with the Request for Professional Services Process above. Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 20 X EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y 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 n ature arising out of the subcontractor’s performance of work under this Agreement,to the ex tent allowed and required b y 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. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 33 Atkins North America, Inc. April 3, 2020 1514 Broadway, Suite 202, Fort Myers, Florida 33901 RPS NO. 20-7710 Charlotte Maddox, PE P#70077.AW.20                              !      " #    $%   &   '(%%)*)+,'                      !" # $%"&"$#'(   $") P#70077.AW.20               !"   #  $%#&$          "$   '   & $  "$ - - (  #  )         "$    $ ! .   / $*01 2. * $ '        2   3  ## "$    /  ! 43 #  3 ! $ !      5*)$0()%-.(0"($(.-6"0.'(.%0*1(.0   !" & $+      !" & $(    '    !"          !" # $%"&"$#'(   $") P#70077.AW.20  %#           !" # $%"&"$#'(   $") P#70077.AW.20INSURANCE 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 https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000______single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor 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 $__1,000,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ 1,000,000 Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 1,000,000 Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 1,000,000 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. Solicitation 20-7710Collier County 3/25/2020 7:54 AM p. 38 P#70077.AW.208. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. 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 County 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. 1/15/20 - 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 _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Solicitation 20-7710Collier County 3/25/2020 7:54 AM Atkins North America, Inc. April 3, 2020 Charlotte Maddox, PE Marsh USA, Inc. Veronica Salinas 404.995.3072 *Broker cannot provide information to third parties. For more information, contact: Amparo Gonzalez 404.995.3072 P#70077.AW.20SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY B 2,000,000 GLO 0137576-05 Manashi Mukherjee X ATL-005050879-01 1,000,000 1,000,000 X 26247 1,000,000 Annual Aggregate:(See additional page) of Marsh USA Inc. ATLANTA, GA 30326 N X10/15/2019 1 10/15/2020 04/30/2019 10/15/2020 BAP013757505 Professional Liability A 4,000,000 2,000,000 X 19445 American Guarantee & Liability Ins Co 1,000,000 X C X where required by written contract and subject to policy terms and conditions. Contractual Liability is included in General Liability subject to policy terms and conditions. This insurance is primary and non- 03/31/2020 NOC 1,000,000 10/15/2019 1,000,000 Re: RPS No. 20-7710, Plantation Island Waterways Pre-Design Study “For any and All work performed on behalf of Collier County” X 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 Collier County Collier County Board of County Commissioners is included as additional insured where required by written contract with respect to general liability and auto liability coverages. Waiver of subrogation is applicable contributory over any existing insurance and limited to liability arising out of the operations of the named insured subject to policy terms and conditions. A National Union Fire Ins Co. of Pittsburgh PA CN102421774-Atkin-GAWE-19-20 Limit: Per Claim 50,000 10/15/2020 2,000,000 AUC 9304209-17 (claims made policy) 4,000,000 16535 1,000,000 1,000,000 04/30/2020 WC013757705 TWO ALLIANCE CENTER MARSH USA, INC. X 3560 LENOX ROAD, SUITE 2400 4030 West Boy Scout Blvd., Ste 700 Atkins North America, Inc. Tampa, FL 33607 X 15808715 10/15/2019 Board of County Commissioners 10/15/2019 A 10/15/2020 Zurich American Insurance Company P#70077.AW.20ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 22 Atlanta Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the client with respect to the placement, which is indicated here for your convenience. Professional Liability: Certificate of Liability Insurance CN102421774 MARSH USA, INC. 4030 West Boy Scout Blvd., Ste 700 Atkins North America, Inc. Tampa, FL 33607 25 P#70077.AW.20SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Manashi Mukherjee ATL-005050934-03 of Marsh USA Inc. ATLANTA, GA 30326 N 2 04/01/2020Marine PackageA 04/01/2020 .. 1,000,000 Re: RPS No. 20-7710, Plantation Island Waterways Pre-Design Study “For any and All work performed on behalf of Collier County” 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 Collier County CN102421774-Atkin-Mar-20-21 Limit (See next page) 37885 04/01/2021 TWO ALLIANCE CENTER MARSH USA, INC. 3560 LENOX ROAD, SUITE 2400 4030 West Boy Scout Blvd. Ste. 700 Atkins North America, Inc. Tampa, FL 33607-5713 UM00055547MA20A Board of County Commissioners XL Specialty Insurance Company P#70077.AW.20ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 22 Charterers Legal Liability - $1,000,000 Protection & Indemnity - $1,000,000 Atlanta Policy No.: UM00055547MA20A Carrier: XL Specialty Insurance Company Limits: Hull & Machinery - $91,826 total agreed value Policy Term: 04/01/20 - 04/01/21 Marine Package: Certificate of Liability Insurance CN102421774 Deductibles: Hull & Machinery - Various, Protection & Indemnity - $1,000, Charters Legal Liability - $1,000 MARSH USA, INC. 4030 West Boy Scout Blvd. Ste. 700 Atkins North America, Inc. Tampa, FL 33607-5713 25 P#70077.AW.20Sunbiz Certification 3/31/2020 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATKINSNORTH…1/4 Department of State / Division of Corporations / Search Records / Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation ATKINS NORTH AMERICA, INC. Filing Information 233840 59-0896138 02/29/1960 FL ACTIVE AMENDMENT 11/12/2019 NONE Principal Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Mailing Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Registered Agent Name & Address EDGAR, C ERNEST IV 4030 WEST BOY SCOUT BLVD. SUITE 700 TAMPA, FL 33607 Name Changed: 11/09/2010 Address Changed: 09/14/2015 Officer/Director Detail Name & Address Title President, Director NASH GEORGE L J D ������� �� C ����������Florida Department of State P#70077.AW.203/31/2020 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATKINSNORTH…2/4 NASH, GEORGE L., Jr. 10 EAST 40TH STREET 13TH FLOOR NEW YORK, NY 10016 Title VP, Treasurer Reinhardt, SUSAN C 3901 Calverton Boulevard, Suite 400 Calverton, MD 20705 Title SVP, Secretary EDGAR, C. ERNEST IV 4030 WEST BOY SCOUT BLVD., STE. 700 TAMPA, FL 33607 Title AVP MANTECON, ROBERTO D 800 WATERFORD WAY SUITE 700 MIAMI, FL 33126 Title VP MADDOX, CHARLOTTE A. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title SVP MICIKAS, MARK D. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title SVP JONES, JUSTIN P. 20860 N. TATUM BLVD. SUITE 260 PHOENIX, AZ 85050 Title SVP, COO BURNS, KENNETH J., Jr. 7604 TECHNOLOGY WAY SUITE 400 DENVER, CO 80237 Title VP P#70077.AW.203/31/2020 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATKINSNORTH…3/4 WENDRZYK, CHESTER W. 7175 MURRELL ROAD MELBOURNE, FL 32940 Title VP RYAN, MICHAEL R. 1514 BROADWAY SUITE 202 FT. MYERS, FL 33901 Title AVP MADDOX, PAUL 4030 W. BOY SCOUT BLVD - STE. 700 TAMPA, FL 33607 Annual Reports Report Year Filed Date 2018 02/15/2018 2019 01/14/2019 2020 01/02/2020 Document Images 01/02/2020 -- ANNUAL REPORT View image in PDF format 11/12/2019 -- Amendment View image in PDF format 01/14/2019 -- ANNUAL REPORT View image in PDF format 02/15/2018 -- ANNUAL REPORT View image in PDF format 01/06/2017 -- ANNUAL REPORT View image in PDF format 02/12/2016 -- ANNUAL REPORT View image in PDF format 10/08/2015 -- AMENDED ANNUAL REPORT View image in PDF format 09/14/2015 -- AMENDED ANNUAL REPORT View image in PDF format 01/29/2015 -- ANNUAL REPORT View image in PDF format 02/28/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/15/2014 -- ANNUAL REPORT View image in PDF format 04/17/2013 -- AMENDED ANNUAL REPORT View image in PDF format 01/07/2013 -- ANNUAL REPORT View image in PDF format 04/04/2012 -- ANNUAL REPORT View image in PDF format 01/05/2012 -- ANNUAL REPORT View image in PDF format 11/11/2011 -- ANNUAL REPORT View image in PDF format 10/05/2011 -- ANNUAL REPORT View image in PDF format 06/03/2011 -- ANNUAL REPORT View image in PDF format 02/04/2011 -- Name Change View image in PDF format 01/05/2011 -- ANNUAL REPORT View image in PDF format 11/09/2010 -- Reg. Agent Change View image in PDF format 07/14/2010 -- Amendment View image in PDF format 04/09/2010 -- ANNUAL REPORT View image in PDF format 01/13/2010 -- ANNUAL REPORT View image in PDF format P#70077.AW.203/31/2020 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATKINSNORTH…4/4 02/03/2009 -- ANNUAL REPORT View image in PDF format 12/29/2008 -- Merger View image in PDF format 12/01/2008 -- ANNUAL REPORT View image in PDF format 11/06/2008 -- Reg. Agent Change View image in PDF format 08/20/2008 -- Amended and Restated Articles View image in PDF format 02/13/2008 -- ANNUAL REPORT View image in PDF format 01/09/2008 -- ANNUAL REPORT View image in PDF format 01/29/2007 -- ANNUAL REPORT View image in PDF format 03/14/2006 -- ANNUAL REPORT View image in PDF format 02/20/2006 -- ANNUAL REPORT View image in PDF format 10/11/2005 -- ANNUAL REPORT View image in PDF format 02/14/2005 -- ANNUAL REPORT View image in PDF format 01/29/2004 -- ANNUAL REPORT View image in PDF format 01/15/2003 -- ANNUAL REPORT View image in PDF format 01/27/2002 -- ANNUAL REPORT View image in PDF format 03/12/2001 -- ANNUAL REPORT View image in PDF format 01/20/2000 -- ANNUAL REPORT View image in PDF format 01/15/1999 -- ANNUAL REPORT View image in PDF format 01/14/1999 -- Merger View image in PDF format 09/29/1998 -- Merger View image in PDF format 01/06/1998 -- ANNUAL REPORT View image in PDF format 02/04/1997 -- ANNUAL REPORT View image in PDF format 01/25/1996 -- ANNUAL REPORT View image in PDF format 01/03/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations P#70077.AW.20Florida Business License P#70077.AW.20Lee County Business Tax Receipt Collier County Business Tax Receipt Atkins’ business license or tax receipt requirement will be fulfilled upon award of contract.            !"#$!   !"#$! %&%'! () $*+* ,#)$! ,--.+% '+-+( )  /0 /$1++ #2,--3+1  24  4  &*'.%'5''15%+16*-6*+%.+* '+2# 7-+++    # 88 9    8   8:    9;       ! "#$%&"#"#  '( ) #*##+,-  )   '( )+#. "#"# /    !    )*+%.5*+*+  !  <9   49#*##+,-0  4  2    <   9 94   <<  9    : P#70077.AW.20Atkins’ Professional Registrations Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ATKINS NORTH AMERICA, INC. Do not alter this document in any form. 4030 W. BOY SCOUT BLVD. LICENSE NUMBER: CA24 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 700 TAMPA FL 33607 Always verify licenses online at MyFloridaLicense.com Engineering Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES ATKINS NORTH AMERICA INC Do not alter this document in any form. 4030 W. BOY SCOUT BOULEVARD LICENSE NUMBER: AAC000723 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 700 TAMPA FL 33607 Always verify licenses online at MyFloridaLicense.com Architecture P#70077.AW.20Halsey Beshears, SecretaryRon DeSantis, Governor 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 ATKINS NORTH AMERICA, INC Do not alter this document in any form. 4030 W BOY SCOUT BLVD STE 700 LICENSE NUMBER: LCC000052 EXPIRATION DATE: NOVEMBER 30, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. BARBARA OTT TAMPA FL 33607 Always verify licenses online at MyFloridaLicense.com Landscape Architecture JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS THE GEOLOGY BUSINESS HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 492, FLORIDA STATUTES ATKINS NORTH AMERICA, INC. Do not alter this document in any form. 4030 W BOY SCOUT BOULEVARD STE 700 LICENSE NUMBER: GB50 EXPIRATION DATE: JULY 31, 2020 This is your license. It is unlawful for anyone other than the licensee to use this document. TAMPA FL 33607 Always verify licenses online at MyFloridaLicense.com Geology P#70077.AW.20Surveying P#70077.AW.20Key Staff Professional Licenses/Certifications Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ERWIN, MARK D. Do not alter this document in any form. 5962 WINDWOOD DRIVE LICENSE NUMBER: PE65600 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. LAKELAND FL 33813 Always verify licenses online at MyFloridaLicense.com Mark Erwin, PE, CFM P#70077.AW.20Mark Stroik P#70077.AW.20Shelby Riffey, EIT (TX) Joe Doto, PSM P#70077.AW.20Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BARTUSEK, JUSTIN ADAM Do not alter this document in any form. 677 ATLANTIC DRIVE LICENSE NUMBER: PE88808 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SATELLITE BEACH FL 32937 Always verify licenses online at MyFloridaLicense.com Justin Bartusek, PE Don Deis, CEP ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR SURVEYING AND MAPPING, ENVIRONMENTAL EVALUATION, AND PRELIMINARY ENGINEERING DESIGN FOR RESTORATION OF PLANTATION ISLAND WATERWAYS RPS NO. 20-7710 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Geoff.Thomas@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.37.d Packet Pg. 1372 Attachment: 20-7710 Solicitation (12627 : Plantation Island Waterways Pre Design Study) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 20-7710 PROJECT TITLE: PLANTATION ISLAND WATERWAYS PRE-DESIGN AND ENVIRONMENTAL ASSESSMENT STUDY RPS OPENING DAY/DATE/TIME: April 3, 2020 at 3:00 PM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION Upon request of the Capital Project Planning, Impact Fees & Program Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. This project scope will consist of professional services for Surveying, Mapping, Preliminary Engineering design and Environmental Assessment related to the post-Hurricane Irma restoration of the waterways of Plantation Island in Collier County, FL. A location map is attached as Exhibit “A”. BACKGROUND Plantation Island is a census-designated rural community located southeast of Everglades City in Collier County with approximately 2 miles of man-made and natural waterways. The waterways serve as stormwater conveyance and some navigability to the Barron River and neighboring tidal waters. In 2017, the severe winds and storm surges of Hurricane Irma deposited heavy amounts of vegetative debris and silt throughout the canal system leading to degradation of the water quality, and usable condition of the waterways of the community. The Florida State Legislature has appropriated funding through House Bill 3187 in FY2019-20 budget for pre-design and environmental evaluation studies to assess the structural and ecological conditions of the canals to determine the best course of action for prioritized restoration of the waterways. The objective of the contract is to perform pre-design studies consisting of : A. Surveying and Mapping of the natural and man-made canal system B. Environmental Evaluation with Fish and Wildlife survey for assessment of feasibility for restoration of the waterways. C. Preliminary Engineering Design of the Restored Canal system The chosen Consultant (hereinafter the “CONSULTANT”) will be tasked with development of a pre-design and environmental feasibility plan for restoration of the waterways of Plantation Island. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, is intended to be for no more than 12 months and will commence on the date of the Notice to Proceed. 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 resultant award for the services rendered may preclude your firm from participating in any subsequently awards directly related to this project. SCOPE OF WORK Task A. Surveying and Mapping Task A1. Survey 16.A.37.d Packet Pg. 1373 Attachment: 20-7710 Solicitation (12627 : Plantation Island Waterways Pre Design Study) 1. Collect vertical and horizontal survey data of the natural and man-made canals within the limits of Plantation Island Community sufficient enough to assess and develop plans for restoration of the hydraulic conveyance capacity of the waterways to Pre-Irma levels. This should include but not be limited to the following sub-tasks: a. Create a base survey map of where the existing man-made and natural waterways are located. Survey the top of bank, toe of slopes of all banks, and bottom widths. Establish baselines either down the middle of each canal or down one side of the canal at or near the top of bank. Locate the ownership limits along the canals, for both private and sovereign lands. b. Obtain canal cross sections every 100 feet and at all canal transitions and intersections. Locate the edges and extent of the existing mangroves growing in the canals waterward beyond the existing top of bank. c. Supplement the survey described with available pre-storm bathymetric survey data, if available. Obtain additional data on depths and features of the canal floors throughout the project area. Use of an echo sounder, if applicable, is acceptable to pick up additional underwater features of each canal. d. Locate all areas of shoaling build up within the canal system. e. Conduct two(2) soil borings within each canal to determine the sedimentation depths f. The horizontal datum shall be in feet NAD83 projected on the Florida State Plane Coordinate System, and the vertical datum shall be in feet NAVD88. Task B. Environmental Evaluation: Task B1. Fish and Wildlife Survey a. Conduct a complete vegetative mapping survey of the canals identified. The survey should include, but not limited to, the identification of the mangrove fringes, seagrasses, and map the extent and quality of the seagrass beds. b. Conduct survey of the fauna within the canals, including identification of the benthic macroinvertebrates, oyster beds and other benthic elements. c. Assess environmental permitting requirements for limited dredging to restore the configuration of the waterways to pre-storm levels with minimal impact to the flora and fauna. Task B2. Regulatory Permit Feasibility Coordination a. Coordinate with FDEP to determine existing mangrove trimming limits. Develop a permittable mangrove trimming plan. b. Contact appropriate Local, State, and Federal Agency regulatory staff for feasibility of implementing the restoration project . c. Develop and recommend a permitting plan with exhibits to be used as information for stakeholders’ consideration to move forward with permitting. Task C. Preliminary Engineering Design Task C1. Dredging and Restoration Plan. a. Process and analyze the field survey data, and recommendations of the Fish and Wildlife survey to outline restoration design options within the purview of limited impacts to the mangroves and other natural resources of the waterways. Estimate the original dredge depths, potential dredge volumes, widths, slopes and limits of dredging and disposal sites. b. Assess installation of new culverts connecting up isolated canal segments providing for proper flushing and better movement of water during tidal cycles. This is to be considered a mitigation and water quality improvement plan. c. Develop a dredging plan, illustrate the configuration of the restored waterways, an opinion of probable cost, permit exhibits and a basic project schedule/timeline Task C2. Pre-design Report. a. Generate a comprehensive Pre-design report summarizing the major tasks of the contract, i.e. Topographic and Canal Bathymetric surveying, Fish and Wildlife Surveying, and Preliminary Engineering Design. The report will detail the dimensions and locations of prominent canal features before and after Hurricane Irma; findings of the fish and wildlife survey; design options considered, recommended restoration plan, opinion of probable cost, permit exhibits and a basic project schedule/timeline. The report should be a stand alone product with necessary exhibits for submission to FDEP as a part of the final deliverable in fulfilment of the requirements of the grant agreement. PROJECT SCHEDULE - Once the contract has been awarded to the CONSULTANT, the tasks noted herein must be completed in no more than (12) months. 16.A.37.d Packet Pg. 1374 Attachment: 20-7710 Solicitation (12627 : Plantation Island Waterways Pre Design Study) DELIVERABLES - All products will meet the statutory requirements for plans filed for public record. 1. Topographic and Canal Bathymetric Survey Report – 60% at 90 days; Final at 120 days from NTP 2. Fish & Wildlife Survey Report - 60% at 90 days; Final at 120 days from NTP 3. Preliminary Engineering Design Report – 60% at 240 days; Final at 270 days from NTP 4. Complete Pre-Design Summary Report - 60% at 300 days; Final at 330 days from NTP 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 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.37.d Packet Pg. 1375 Attachment: 20-7710 Solicitation (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT 1.A GRANT CONTRACT PROVISIONS GCP - 1 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION CSFA 37.039 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. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. 16.A.37.e Packet Pg. 1376 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT 1.A GRANT CONTRACT PROVISIONS GCP - 2 STATE GRANT PROVISIONS 1. Compliance with Federal, State and Local Laws: The contractor shall comply with all applicable federal, state and local rules and regulations, including, but not limited to, nondiscrimination, wages, social security, workers’ compensation, licenses, registration requirements. 2. Conflict of Interest: This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor’s company or its affiliates. 3. Discrimination: No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this contract. 4. Diversity: All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. 6. Employees, Subcontractors and Agents: All contractors and subcontractors, or agents performing work under this contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, a copy of technical certification or other proof of qualification shall be furnished. All employees, subcontractors, or agents performing work under contract must comply with all security and administrative requirements of the Florida Department of Environmental Protection and shall comply with all controlling laws and regulations relevant to the services they are providing under the contract. 7. Equal Employment Opportunity: No person on the ground of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, otherwise subjected to discrimination. 8. Indemnification: Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of the any contract. 9. 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. 10. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. 11. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. 12. Lobbying and Integrity: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. 16.A.37.e Packet Pg. 1377 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT 1.A GRANT CONTRACT PROVISIONS GCP - 3 13. Local Vendor Preference: Pursuant to Section 255.0991, F.S. local vendor preference is not applicable 14. Record Keeping: In the event any work is subcontracted, the Contractor shall maintain and allow access to such records for audit purposes. 15. Record Retention – A.: 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, the State, or its authorized representatives access to such records for audit purposes upon request. 16. Statutory Notices Relating to Unauthorized Employment and Subcontracts (Section 274A(e) of the Immigration and Nationality Act): a. The employment of unauthorized aliens by any Contractor/Subcontractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 17. Third Parties: See standard contract terms. 16.A.37.e Packet Pg. 1378 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE GCA-2. GCA-3. GCA-4. GCA-5. GCA-6. GCA-7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions Certification Regarding Lobbying Conflict of Interest Anticipated DBE, M/WBE or VETERAN Participation Statement Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services Acknowledgment of Grant Terms and Conditions GCA - 1 16.A.37.e Packet Pg. 1379 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1)The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarilyexcluded from covered transactions by any Federal department or agency; (b)Have not within a three-year period preceding this proposal been convicted of or had a civil judgmentrendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain, or performing a public (Federal, State or local) transaction or contract under apublic transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft,forgery, bribery, falsification or destruction of records, making false statements, or receiving stolenproperty; (c)Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of thiscertification; and (d)Have not within a three-year period preceding this application/proposal had one or more publictransactions (Federal, State or local) terminated for cause or default. (2)Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. __________________________ ________________________________________ Name Project Name __________________________ ________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number ________________________________________ DUNS Number _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature 16.A.37.e Packet Pg. 1380 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) COLLIER COUNTY Certification Regarding Lobbying The undersigned 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. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name of Authorized Official and Title Date 02/18 R7 GCA - 3 16.A.37.e Packet Pg. 1381 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 16.A.37.e Packet Pg. 1382 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) IS THE ACTIVITY OF THIS CONTRACT,  CONSTRUCTION?               Y N CONSULTATION?               Y N OTHER?               Y N DBE, MBE, WBE  VET, SMB8A SUBCONTRACTOR OR SUPPLIER  NAME TYPE OF WORK OR  SPECIALTY ETHNICITY CODE  (See Below) SUB/SUPPLIER  DOLLAR AMOUNT PERCENT OF CONTRACT  DOLLARS TOTALS: NOTE: 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 listed O DATE TELEPHONE NUMBER FAX NUMBER IS THE PRIME A FLORIDA‐CERTIFIED DISADVANTAGED,  MINORITY OR WOMEN BUSINESS ENTERPRISE    (DBE/MBE/WBE)?  OR HAVE A SMALL DISADVANTAGED  BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS  ADMINISTRATION?   OR A SERVICE DISABLED VETERAN?  VETERAN?                Y              N IS THIS SUBMISSION A REVISION?             Y                N SDB 8A?Y              N CONTRACT DOLLAR AMOUNT C.SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER WBE?Y              N MBE?Y              N DBE?Y              N 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. 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. 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 A.VENDOR/PRIME CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER DEPARTMENT NAME COLLIER CONTRACT # (IFB/RFP or PO/REQ) IF YES, REVISION NUMBER__________ EMAIL ADDRESS OF PRIME (SUBMITTER) D.SECTION TO BE COMPLETED BY COLLIER COUNTY ACCEPTED BY: GRANT PROGRAM/CONTRACT GCA - 5 16.A.37.e Packet Pg. 1383 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 16.A.37.e Packet Pg. 1384 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y 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. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ 16.A.37.e Packet Pg. 1385 Attachment: EXH_1A1B_Grant_Contract_Provisions_and_Assurances (12627 : Plantation Island Waterways Pre Design Study)