Loading...
Agenda 07/14/2020 Item #16G 4 (Award RFP #20 -7726 to Atkins North America)07/14/2020 EXECUTIVE SUMMARY Recommendation to approve the rankings of firms for Request for Proposal (“RFP”) No. 20 -7726 “CEI Services for Immokalee Regional Airport Runway 18-36, Taxiway C” and to direct staff to negotiate a contract with the top-ranked firm, Atkins North America. OBJECTIVE: To approve staff selection committee rankings for the referenced project and approve negotiating a contract with the top-ranked firm. CONSIDERATIONS: On March 5, 2020, the Procurement Services Division released notices of RPS No. 20-7726, “CEI Services for Immokalee Regional Airport Runway 18-36, Taxiway C,” in accordance with Florida Statute §287.055, the Consultant’s Competitive Negotiation Act, to select a firm to provide professional construction phase engineering services for the airfield pavement reconstruction of Runway 18-36 and Taxiway C extension projects at the Immokalee Regional Airport. Staff notified 28,408 firms, 115 interested firms viewed/downloaded the solicitation package, and the County received three (3) proposals by the April 17, 2020, due date. Staff found all proposers to be responsive and responsible. A selection committee met on May 11, 2020, scored each of the proposals, and shortlisted the following top three firms to move on to step 2, presentations: (1) Atkins North America, Inc., (2) Infrastructure Consulting and Engineering, and (3) A2 Group, Inc. On May 21, 2020, the selection committee reconvened for step 2 of the solicitation process to receive presentations after which the committee ranked the firms again. The selection committee was reconvened to clarify the services on June 3, 2020, and re-reranked the firms following that clarification as follows: Respondents: Company Name City County State Final Ranking Responsive/ Responsible Atkins North America, Inc. Ft. Myers Lee FL 1 Yes/Yes A2 Group, Inc. Port Charlotte Charlotte FL 2 Yes/Yes Infrastructure Consulting & Engineering Tampa Hillsborough FL 3 Yes/Yes Staff is requesting authorization to begin negotiations with the top-ranked firm, Atkins North America, Inc. In the event an agreement cannot be reached with the top-ranked firm, staff would continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration. FISCAL IMPACT: Funding for this contract is available in Airport Grant Fund (498) and Airport Match Fund (499), Project 33605. The sources of funding will be a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant, a Florida Department of Transportation (FDOT) grant, and local match (General Fund). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT PLAN IMPACT: There is no impact to the Growth Management Plan related to this action. 16.G.4 Packet Pg. 2835 07/14/2020 RECOMMENDATION: To approve the rankings of firms for Request for Proposal No. 20-7726 “CEI Services for Immokalee Regional Airport Runway 18-36, Taxiway C” and to direct staff to negotiate a contract with the top-ranked firm, Atkins North America, Inc., and in the event that an agreement cannot be reached with Atkins that staff be directed to continue negotiating with the remaining firms in ranked order so that an agreement can be brought back for the Board’s consideration. Prepared by: Justin Lobb, Executive Manager, Airport Authority ATTACHMENT(S) 1. 20-7726 NORA reconvened (PDF) 2. 20-7726 Final Ranking (PDF) 3. 20-7726 Solicitation (PDF) 4. [Linked] Atkins_Response_to_20_7726_CEI_Svcs_Immokalee_Airport_Runway_18_36_Taxiway_C (PDF) 16.G.4 Packet Pg. 2836 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.4 Doc ID: 12629 Item Summary: Recommendation to approve the rankings of firms for Request for Proposal (RFP) No. 20-7726 “CEI Services for Immokalee Regional Airport Runway 18-36, Taxiway C” and to direct staff to negotiate a contract with the top-ranked firm, Atkins North America. Meeting Date: 07/14/2020 Prepared by: Title: Operations Coordinator – Airport Authority Name: Debra Brueggeman 06/12/2020 12:15 PM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 06/12/2020 12:15 PM Approved By: Review: Airport Authority Justin Lobb Additional Reviewer Completed 06/12/2020 1:15 PM Growth Management Department Judy Puig Level 1 Reviewer Completed 06/12/2020 3:43 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/15/2020 9:16 AM Growth Management Department Gene Shue Additional Reviewer Completed 06/15/2020 9:32 AM Growth Management Department Debra Brueggeman Deputy Department Head Review Skipped 06/10/2020 2:56 PM Procurement Services Opal Vann Additional Reviewer Completed 06/15/2020 3:20 PM Procurement Services Evelyn Colon Additional Reviewer Completed 06/15/2020 4:44 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/16/2020 9:04 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 06/17/2020 1:23 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/22/2020 2:17 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/22/2020 2:50 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/23/2020 9:20 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 06/23/2020 4:27 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/25/2020 2:47 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 9:24 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.G.4 Packet Pg. 2837 16.G.4.aPacket Pg. 2838Attachment: 20-7726 NORA reconvened (12629 : RFP 20-7726 IMM CEI Services Rankings) Selection Committee Final Ranking Sheet RPS #: 20-7726 Title: Construction Engineering and Inspection (CEI) Services for Immokalee Airport Runway 18- 36, Taxiway C Name of Firm Justin Lobb Andrew Bennett Steve Ritter Total Selection Committee Final Rank Atkins North America, Inc 1 1 1 3 1.0000 A2 Group, Inc.3 2 2 7 2.0000 Infrastructure Consulting and Engineering 2 3 3 8 3.0000 Procurement Professional Evelyn Colon Page 1 of 1 16.G.4.b Packet Pg. 2839 Attachment: 20-7726 Final Ranking (12629 : RFP 20-7726 IMM CEI Services Rankings) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Construction Engineering and Inspection (CEI) Services for Immokalee Airport Runway 18-36, Taxiway C RPS NO.: 20-7726 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@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.G.4.c Packet Pg. 2840 Attachment: 20-7726 Solicitation (12629 : RFP 20-7726 IMM CEI Services Rankings) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 20-7726 PROJECT TITLE: CEI SERVICES FOR IMMOKALEE AIRPORT RUNWAY 18-36, TAXIWAY C RPS OPENING DAY/DATE/TIME: April 9th, 2020 at 3:00PM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Airport Authority Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P rofessional 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 Sp ecifications or Scope of Work stated. The Collier County Airport Authority is seeking proposals for professional construction phase engineering services for 1) air field pavement reconstruction of Runway 18-36 (see attached Exhibit “A”) and 2) Taxiway C extension project at the Immokalee Regional Airport (see attached Exhibit “B”). This is expected to be a one (1) to two (2) year construction program due to annual fund ing constraints and is dependent upon the level of grant funding available through FAA and FDOT. See attached Exhibit “I”, Granting Agency Documents and Exhibit “I”, Granting Agency Forms, incorporated herein by reference. BACKGROUND The Immokalee Regional Airport is a large General Aviation Airport that has two (2) active runways and multiple taxiways that allow for the safe passage of aircraft. Runway 18-36 is in poor to critical condition as rated in the most recent Pavement Inspection Report that was completed through the Florida Department of Transportation in 2017, attached hereto as Exhibit “C”, and incorporated herein by reference. All the pavement sections of Runway 18 -36 at the Immokalee Regional Airport require continuous maintenance in order to allow for the operations of aircraft and prevent the pavement from continuing to d eteriorate to the point of failure. To allow for the continued operations of aircraft at the airport, pavement restoration is necessary. P roject will also include necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavem ent removal/additions. In addition, Taxiway C is proposed to be extended for a 3,000 -foot Taxiway Design Group (TDG) II, which will connect Taxiway B and the Airport’s primary Runway 9-27 to the Terminal/Hangar Area to increase safety by reducing crossing of Runway 18-36, as currently required by the airfield’s geometry. This project will also include necessary drainage, safety area, markings, a irfield lighting/signage improvements, and pavement removal/additions. Both projects are currently being designed under separate task authorizations. The overall project will include two major components and associated breakdown of funding sources. It is anticipated that all design and construction aspects associated with the Taxiway C Extension will be primarily funded with Federal (FAA) AIP dollars, while all design and construction aspects associated with reconstruction of Runway 18 -36 will be primarily funded with State (FDOT) and local (County) dollars, as depicted in the concept drawings provided in separate attachment. Therefore, services associated with each funding source shall be clearly identified and delineated throughout the life of the project. 16.G.4.c Packet Pg. 2841 Attachment: 20-7726 Solicitation (12629 : RFP 20-7726 IMM CEI Services Rankings) TERM OF CONTRACT County reserves the right to modify this scope during negotiations for bu dgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approv al of the final payment. Prices shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing stru cture. DETAILED SCOPE OF WORK Task 1- Construction Administration • Coordination with FAA/FDOT/County and other agencies • FAA safety plans • Coordinate and attend pre-construction conferences with each A/E and applicable County representative • Overall Contract Management • Coordinate and attend construction progress meetings • FAA/FDOT Grant Management (Quarterly Construction Reports) to include ensuring compliance with all grant terms, conditions, and assurances. • DBE monitoring and compliance • Davis Bacon Act compliance including but not limited to monitoring the Prime and all subcontractors submit compliant weekly certified payroll on time and the performance of labor interviews. • Review/Track/Monitor status of o construction progress o shop drawing submittals o contract document clarification and interpretations (RFIs) o respond or coordinate responses to RFIs o requests for changes to construction cost and or schedule • Review of contractor’s schedule • Provide contractor with schedule comments • Processing of Progress Payments ▪ Verify that the work has progressed to the point indicated ▪ Verify that the work is in substantial accordance with the contract documents ▪ Verify that the contractor is entitled to the payment in the recommended amount ▪ Verify that the A/E has properly Certified the Request for Payment ▪ Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien have and the Bonding Company’s Consent of Payment are included ▪ Recommend payment Task 2 - Construction Inspection • Construction Observation Services • Conduct on-site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled • Resident Project Representative o Report, in writing, whenever it is believed that work is unsatisfactory, faulty or defective o Report, in writing, whenever it is believed that a hazardous condition exists o Maintain log of the work performed to include ▪ When the contractor is on the job site ▪ Weather conditions ▪ Changed conditions ▪ List of visitors ▪ Drilling and testing activities ▪ General observations ▪ Specific observations ▪ Observed testing procedures o Verify that tests, equipment, and systems startup are conducted in the presence of appropriate personnel o Verify that the contractor maintains adequate records o Provide photographic record of construction o Observe materials and workmanship 16.G.4.c Packet Pg. 2842 Attachment: 20-7726 Solicitation (12629 : RFP 20-7726 IMM CEI Services Rankings) o Report, in writing, any deviation from the contract document o Coordinate the sampling and testing of materials to be performed by independent testing laboratories o Monitor that record drawing mark-ups are properly maintained Task 3 - Miscellaneous • Confirm project completion with appropriate agencies • Coordinate and attend Substantial Completion Walk through • Assist the A/E with development of a “punch list” of items needing co mpletion prior to Final Acceptance • Confirm that punch list items are completed • Coordinate a final review of finished items • Provide recommendation of acceptance of the project • Collect all necessary documentation to close the project/contract o Lien waivers o Contractor’s Final Affidavit o Close-out change orders o Surety’s Final Consent o Process Final Payment • Assist the County with coordination of warranty work (not to exceed the completion date of the agreement) • Transmit all Project/Program related files to the County • Substantial completion • Project closeout • Testing Quality Control The firm shall be required to provide complete services as outlined in the contract or assist the Airport Authority, as a min imum, with the following tasks. 1. Process, review, approve, and distribute sop drawings, product data, samples, substitutions and other submittals required by the Construction Documents. 2. Construction field observation services consisting of visits to the project site as frequently as necessary. 3. Review and approval of invoices for payments to the Contractor prior to submission to the Project Manager, including verification of compliance with Davis Bacon requirements. 4. Review all change order requests and/or time extension requests by the Contractor. 5. Conduct final inspections and assist Owner in final acceptance of the project. 6. Additional services as may be necessary and appropriate. 16.G.4.c Packet Pg. 2843 Attachment: 20-7726 Solicitation (12629 : RFP 20-7726 IMM CEI Services Rankings) 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)**** 16.G.4.c Packet Pg. 2844 Attachment: 20-7726 Solicitation (12629 : RFP 20-7726 IMM CEI Services Rankings) P69341 / WH / 2020 Collier County, Florida Proposal for CEI SERVICES FOR IMMOKALEE AIRPORT RUNWAY 18-36, TAXIWAY C RPS NO.: 20-7726 • April 17, 2020 1P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Contents Section Page Contents 1 Cover Letter 2 Evaluation Criteria No. 1: Ability of Professional Personnel 4 Evaluation Criteria No. 2: Past Performance 41 Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements 59 Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm 65 Appendix 67 2P100069341.PM.20Atkins 1514 Broadway, Suite 202 Fort Myers, FL 33901 Phone: 239.334.7275 Fax: 239.334.7277 atkinsglobal.com April 17, 2020 Patrick Boyle, Procurement Strategist Collier County, Florida Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 Re: Proposal for CEI Services for Immokalee Airport Runway 18-36, Taxiway C RPS No. 20-7726 Dear Mr. Boyle and Selection Committee Members: Collier County and the Collier County Airport Authority require professional construction phase engineering services for Runway 18-36 airfield pavement reconstruction and Taxiway C extension at Immokalee Regional Airport (IMM). Atkins has assembled a team of local aviation professionals with extensive experience in airfield pavements and a history of delivering airfield construction projects on-time and within budget. From 2015 to 2020, Atkins has provided construction engineering and inspection (CEI) services for the Marco Island Executive Airport (MKY) New Terminal and Apron Expansion and under the Collier County Airport Authority on-call services contract in support of its three airports’ continued development - IMM, MKY, and Everglades Airpark (X01). We want to continue to assist the County and Airport Authority in maintaining and growing IMM, which will benefit from a talented and experienced team ready to implement the County’s motto—Exceeding expectations, every day! Atkins structured its response to highlight each evaluation criteria and offers the County and Airport Authority the following benefits: Evaluation criteria no. 1: Ability of professional personnel. Atkins has successfully completed more than 100 airfield- related pavement projects with a total construction value of more than $5 billion over the past 10 years, many of which were remarkably similar to the runway and taxiway improvements at IMM. The selected construction management team will need to be fully versed in technical design standards and procedures, construction management, sustainable design, value engineering, safety management, and quality assurance and quality control (QA/QC) testing requirements. It is critical to get it right the first time and to minimize risk to the Airport Authority. Atkins provides a full-service construction management team with the expertise and experience to efficiently deliver CEI services for this project and help IMM meet all project goals and objectives. Our local proposed project manager, Kevin McCauley, PE , has 19 years of experience working on aviation-related planning, engineering, and construction projects, throughout Florida including the apron expansion and taxiway safety improvements at MKY, expansion of Runway 10R-28L at Fort Lauderdale-Hollywood International Airport (FLL), and terminal apron rehabilitation at Sebring Regional Airport (SEF). His experience also includes serving as project manager for our recent Airport Authority on-call services contract and MKY New Terminal and Apron Expansion project. Additionally, nearly all Atkins staff members proposed for this project have experience providing CEI services under these same contracts. To supplement Atkins’ aviation professionals, we have teamed with the following firms to meet the County’s and Airport Authority’s comprehensive project needs: ›Lomski Engineering and Testing, a disadvantaged business enterprise (DBE) firm, will provide QA testing. ›E.F. Gaines Surveying Services, Inc., a DBE firm with which Atkins has previously worked, will provide surveying. RESPONSIVE SERVICE COST-EFFECTIVESOLUTIONS LOCAL EXPERIENCE IMMOKALEEREGIONALAIRPORT ATKINS NORTH AMERICA, INC. 3P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service Evaluation criteria no. 2: Past performance. Atkins’ expertise in airfield pavements (specifically asphalt paving techniques) will provide the Authority with a pool of technical resources to ensure that the runway and taxiway improvements are constructed in accordance with plans and specifications. Our professionals understand that airfield asphalt paving demands a higher degree of technical knowledge to adjust to changing construction conditions, while maintaining airport operations. Atkins’ construction management team members are involved in, or have recently completed, new airfield pavement and/or reconstruction projects such as: MKY New Terminal and Apron Expansion Design and CEI Services; Lakeland Linder International Airport (LAL) Design and CEI services for Rehabilitation and Strengthening of Runway 9-27; LAL New Intermodal Center; SEF Terminal Apron Rehabilitation; Pensacola International Airport (PNS) Cargo Apron Expansion Design and CEI Services; PNS Corporate Apron Rehabilitation Design and CEI Services; PNS New VT Mobile Aerospace Engineering, Inc. (VT MAE) Maintenance, Repair, and Overhaul (MRO) Hangar Design and CEI Services; and FLL Runway 10R-28L Expansion Program. Furthermore, client commendations such as those listed below are a testament to Atkins’ successful past performance on aviation projects. “Atkins’ work has been excellent and a large portion of their success is due to their staff and their unfailing devotion to deliver the product.” Mike Willingham, Executive Director | Sebring Airport Authority “...We gave Atkins the near impossible task of converting our general aviation terminal into a commercial service terminal from planning to grand opening in less than nine months. They exceeded our expectations by developing a comprehensive program to address all our needs on schedule and under budget...” Eugene Conrad III, CM, Airport Director | LAL Evaluation criteria no. 3: Project approach, willingness to meet time and budget requirements. Our Collier County-based construction management team is comprised of professional and technical staff who will work efficiently and effectively while using the latest technological applications to streamline the construction administration process. Kevin McCauley, PE, as the contract manager, will serve as the single point-of-contact with Airport Authority staff regarding all project administrative aspects. Antroy Singleton, as the team’s lead resident project representative, will serve as the single point- of-contact between the contractor and Airport Authority staff regarding all project technical aspects. Atkins will provide all necessary resources to complete this project and continuously seek ways to reduce the costs of final construction and administrative costs without sacrificing project quality. Evaluation criteria no. 4: Recent, current, and projected workloads of the firm. Atkins proposes a project team that has the expertise and availability to perform the project. Our team members are committed to providing quality professional services to the County and Airport Authority and will be available, as needed, for the duration of this project. Atkins’ construction management team members recently completed the CEI services at LAL for Rehabilitation and Strengthening of Runway 9-27 and are uniquely qualified to provide construction management services for this project. The steadfast, responsive CEI services Atkins has demonstrated to the County and Airport Authority is a strong indicator of extensive experience in airfield pavements that we will continue to provide. Atkins is committed to remaining a trusted partner to the County and Airport Authority and welcomes the opportunity to continue to work with you and be a part of your airport’s future. If I can answer any questions or provide additional information, please contact me at 239.271.3411 (office), 407.620.8112 (mobile), or darin.larson@atkinsglobal.com.. Sincerely, Darin R. Larson, PE, LEED AP Vice President Patrick Boyle | April 17, 2020 Atkins is committed to remaining a trusted partner to the County and Airport Authority. P69341 / WH / 2020 Evaluation Criteria No. 1: Ability of Professional Personnel Evaluation Criteria No. 1: Ability of Professional Personnel 4P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Evaluation Criteria No. 1: Ability of Professional Personnel Atkins Atkins is a multidisciplinary engineering firm that has served Florida since 1960. Atkins is a leading provider of engineering, planning, architecture, construction management, environmental, surveying, and program management services. The company has grown and differentiated itself by developing strong technical skills, expanding its resources in emerging technologies, and combining its technical capabilities with a solid understanding of clients’ business needs. Atkins, with 4,100 employees in 60 offices in North America, serves governments and communities by providing consulting services that help enrich the quality of everyday life. In the last 5 years, Atkins has managed more than $5 billion of airport improvement projects. Atkins attributes our success in the aviation field to our highly experienced professionals who focus on meeting the diverse needs of the general aviation, commercial service, military, and private clients we serve. Our ongoing success is based on the recognition that client satisfaction is paramount. Committed to helping lead the charge for a low-carbon economy, we assist our clients in fulfilling the social and practical challenges of an environmentally conscious world. We are widely noted for the high caliber of our technical professionals and our comprehensive capabilities in key markets. This is reinforced by our efforts to provide our professionals with an environment that promotes continuous learning and quality improvement and our goal of increasing diversity in our workforce and leadership. To provide responsive, quality services, Atkins limits the number of projects or clients assigned to any one project manager. Our intent is to enable the project manager to focus on you—the County—without distraction. We achieve this by capitalizing on one of our chief assets—the depth of people who have aviation expertise. This enables us to hand-pick and dedicate senior personnel to County projects, providing you with excellent technical knowledge and responsiveness. We have learned this approach builds strong long-term relationships and communication lines that are beneficial to both parties in facilitating successful project management. National aviation services Atkins fully integrates engineering, design, project management, and environmental services to offer innovative, sustainable solutions as air travel demand skyrockets, helping clients meet the project-specific demands of an evolving aviation industry. Atkins has provided engineering and management services at 41 of the country’s top 50 airports—we will use this experience to benefit the County by applying our team’s experience, lessons learned, and best practices. Our aviation experience is included in Figure 1. Atkins’ national aviation services group specializes in providing full-service consulting for airport airside, landside, and facility development. Dedicated to the programming, planning, and design of aviation projects, we have delivered thousands of projects worldwide for more than half a century. Clients include numerous airports, airport authorities, cities, counties, states, federal regulatory agencies, and private and foreign entities. We understand that every project is different, and regardless of the size or scope, Atkins is equally dedicated to In light of the current global pandemic, Atkins is committed to continuing to support our clients virtually, with minimizing in- person interaction, and continuing moving projects forward. 5P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service making each project a success. Atkins’ aviation projects have ranged from small turf runways to major air carrier runways, from general aviation T-hangars to large-hub terminal designs, and from new greenfield airports to renovations of existing facilities. We have provided our expertise to local airports, air carrier airports, and all sizes of airports in between. Atkins’ experience includes MKY New Terminal, Apron Expansion, and Taxiway Improvements; LAL Design and CEI Services for Rehabilitation and Strengthening of Runway 9-27; Bob Sikes Airport Runway 17-35 Pavement Rehabilitation; Winter Haven Municipal Airport Runway 4-22 Rehabilitation; FLL Runway 10R-28L Expansion Program; Northeast Philadelphia Airport (PNE) Runway 6-24 Rehabilitation; and San Diego International Airport (SAN) Runway 9-27 Rehabilitation. In addition to airport and airside projects, Atkins has successfully completed designs for airport landsides or surrounding communities, including access roads, parking lots, security enhancements, and other services in support of our clients’ overall airport goals. This depth of experience offers a range of services and staff capacity to meet this project’s needs. In addition to airport airside and landside projects, Atkins promotes airports’ efficient, secure, and safe operations with excellent passenger and stakeholder accommodations, sustainability, and revenue generation. Our architects and engineers are passionately committed to providing creative, functional, efficient, and cost-effective designs. Additionally, our national aviation services group is augmented by our firm’s full contingent of experienced, multidisciplinary staff and resources across the country, which allows us to complete quality aviation projects in a timely and cost-effective manner. Atkins’ focus on efficiency helps position our clients to meet their long-term objectives. Atkins’ national aviation services group is well-versed in FAA standards and guidelines. Our ongoing project workload allows us to stay informed of new technologies and maintain a favorable working relationship with agencies having jurisdiction over airport development. These strong professional relationships, nurtured over the years, often prevent misunderstandings that can unnecessarily delay a project. Our proposed project manager, Mr. McCauley, will manage your project and serve as the interface between the County and our team. Our experience indicates the importance of being able to represent the client’s interest and expedite the decision-making process through one-on-one relationships with the proper authorities. Figure 1. Atkins’ current aviation contracts P69341 / WH / 2020 NCDOT: 72 airports statewide GEC Military SAT Civilian ATL TCL JAN FPR SFB JAX SEFTPAMLB MSY MCOLAL RSWSRQPIE PNS IMM BNA CSVMBT TRI NCDOT PHLPNE MQY SDF RKWM54 DSM DOV CHS TUL CLT ORD DTW AUS SAN SDM DFW DAL LAS 67L DEN LAX IAH MYF FLXRNO NYE EKO MIAFLL APFX01 MKY 6P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service CEI services Atkins has provided CEI services for more than 60 years and has become a leader in providing CEI and construction management services throughout Florida. Atkins is prequalified by the Florida Department of Transportation to provide CEI for roadway CEI, construction material testing, minor bridge and miscellaneous structures; and major bridge–steel and concrete. Atkins team members maintain several certifications from the State of Florida’s certification training and qualification program (CTQP) including drilled shaft installation, pile driving, earthwork inspection, asphalt paving inspection, concrete testing, quality control manager, and contract final estimates. Our team members offer diverse field experience working on a range of projects from minor roadway resurfacing and signal installation to the construction of airfield runways and major bridge structures, and a wide array of funding sources including Local Agency Program, Joint Participation Agreements (JPA), Federal Aide, Transportation Investment Generating Economic Recovery (TIGER), American Recovery and Reinvestment Act (ARRA), as well as local funding. Based on our team’s academic and field experience, the diversification of our staff will enhance our ability to tackle any CEI project in support of the County. 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. Related Atkins services include, but are not limited to, the following: Aviation engineering and design ›Runway, taxiway, and apron pavements ›Hangar development ›Terminal development ›Drainage improvements ›Deicing facilities ›Fueling systems ›Air surveillance radar ›Air traffic control towers ›Airfield lighting and electrical design ›Aircraft rescue and firefighting facilities ›Lighting approach aids ›Instrument landing systems (ILS) ›Security enhancements Programming ›Development of 5-year aviation capital improvement plans (CIP) ›Grant application assistance ›Cost estimating ›Schematic design ›Feasibility studies ›Coordination with FAA and department of transportation staff ›Benefit-cost analysis Planning ›General aviation airport master plans ›Air carrier airport master plans ›Airport master plan updates for facility improvements ›Airspace analysis ›Environmental assessments (EA) ›Heliport design ›Airport site selection studies ›Airline service studies ›Land acquisition management and negotiation ›Feasibility/relocation studies Landside development ›Vehicular parking facilities ›Rental car facilities ›Perimeter access and service roads ›Utility services, such as storm and sanitary sewers, waterlines, data, and communications ›Security fencing ›Access control and management ›Construction management, inspection, and closeout ›Shop drawing review ›Construction scheduling ›Preconstruction meetings ›Resident inspection ›Part-time inspection ›Construction administration ›Coordination of construction materials testing ›Quantity and payment review ›Project closeout and documentation ›As-built records The Atkins team will deliver exemplary professional aviation services to the County in a responsive and focused manner. 7P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Collier County experience, and knowledge and experience with local construction and regulatory conditions Atkins offers the County a strong national reputation, broad-based technology, and a sincere commitment to client service to assist the County in meeting its growth opportunities. Atkins has provided the County professional services since 1989, including hydrology/watershed assessments, subsequent geographic information systems (GIS) implementation, and related drainage efforts, as well as numerous roadway projects. Atkins provided Collier County Airport Authority on-call services from 2015 to 2020, offering general consulting services, such as engineering, planning, facility repairs design, and construction administration, for the County’s three airports—X01, MKY, and IMM. Tasks ranged from small administrative support items to design and construction programs, including MKY and X01 hurricane repairs design; MKY and X01 hurricane repairs construction administration services; and IMM race event pavement inspection. Through these efforts, we have developed strong working relationships with County and airport staff to facilitate successful project delivery while maintaining internal and County standards. This in-depth knowledge of your airport and your goals will facilitate future designs and shorten learning curves. Atkins established a southwest Florida presence in Lee County in 2005 when it opened its Fort Myers office. Since then, Atkins’ Fort Myers office has assisted Collier County in successfully completing projects by providing the strengths of a multidisciplinary engineering team, the resources of a large engineering firm, and the responsive service of a local office. The Atkins team strikes a perfect balance—we offer local professionals who care deeply about the County—while still offering the depth of resources of a large firm, when needed. Atkins has successfully completed numerous high-profile projects in southwest Florida that have unique design issues, permitting challenges, client expectations, and budgetary constraints. Our proposed team has relevant experience and local reliable expertise to identify critical issues early in the design phase and ensure this project’s success from start to finish. Atkins’ strong local presence in southwest Florida and across the state— approximately 900 employees—means we have ample regional staff to support this project. Atkins has supported dozens of projects located in Collier County. As such, our team offers significant knowledge of southwest Florida and its unique requirements. Atkins has achieved a strong understanding of southwest Florida construction guidelines, land development codes, and contractor licensing issues. Atkins has been instrumental in the successful completion of construction projects in Collier County and the southwest Florida region. As a result, we have a solid understanding of construction guidelines, codes, and permit requirements. Added value Additionally, Atkins provides the benefits of County experience and nationwide experience and expertise in aviation services, delivered through a responsive team, providing the County with the highest level of service. Our proposed project manager, Mr. McCauley, served the County from 2015 to 2020. He and our team will be available, responsive, and flexible to the County’s needs as we work together to successfully deliver your project. Being responsive to the County’s needs in a timely manner is our top priority. An effective consultant provides immediate access to qualified technical resources. Contracts of this type require us to be extremely responsive and react to dynamic and time-constrained schedules, and our project manager understands that. Responsive service Atkins provides the benefits of County experience and nationwide experience and expertise in aviation services, delivered through a responsive team, providing the County with the highest level of service. 8P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Mr. McCauley has proven local Florida experience managing aviation projects, including the Apron Expansion and Taxiway Safety Improvements at MKY, Expansion of Runway 10R-28L at FLL, and Terminal Apron Rehabilitation at SEF. His experience also includes serving as project manager for our recent Collier County Airport Authority on-call services contract and MKY New General Aviation Terminal project. The airport’s continued growth and evolution is one of Mr. McCauley’s top priorities. He has demonstrated the ability to work closely with County and airport staff and can assure the continuity of this successful relationship. We offer the County a team knowledgeable of your processes and procedures. We want to grow with you and implement solutions critical to the airport’s development. The Atkins team has been assembled to maximize our experience and knowledge with the County’s best interests in mind. This alliance includes key senior staff with airport planning, engineering, and construction experience. These professionals have a personal commitment to quality service and persistence to ensure the job is done right the first time. We have also enhanced our team’s capabilities with the addition of key support services from our subconsultant partners. Atkins’ broad capabilities allow us to see projects from several viewpoints to identify project challenges and minimize oversight of conditions that could result in adverse impacts to a project. This approach results in on-time project delivery and controlled project costs. Additionally, our nationwide aviation experience offers extensive knowledge and best practices. Our depth of experience gained from this national portfolio will provide the County the greatest value. This collaboration of local and national talent brings world- class technology and broad expertise and experience to every project, which will, in turn, lead to reduced time, costs, and risks. We will use this experience to benefit the County by applying our team’s expertise, lessons learned, and best practices. Quality is our measure of success, and we will be responsible to the County for the services and products provided under this contract. We know your staff, processes, and procedures. Our role on the recent Collier County Airport Authority on-call services contract provides Atkins with an understanding of your airport’s integral details, which will allow us to efficiently provide services for its expansion and enhancements. Our proposed project manager and quality manager have developed trusted professional relationships with your staff. Our firsthand knowledge of your processes and procedures will greatly reduce the learning curve, thus providing the ability to initiate the project quickly and offer cost savings to the County. Responsiveness Atkins’ multidisciplinary capabilities enable us to support nearly all required project scope of services in house, thereby reducing potential oversights and facilitating immediate resolution of unforeseen conditions. We have the available resources, experience, and expertise. This results in on-time project delivery and effective cost control. As demonstrated in Table 1 on the following page, the Atkins team has similar experience in all the project scope of services required to successfully deliver this project. We will provide the County with the aviation expertise to achieve your project goals. Local experience Our role on the recent Collier County Airport Authority on-call services contract provides Atkins with an understanding of your airport’s integral details, which will allow us to efficiently provide services for its expansion and enhancements. 9P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Table 1. The Atkins team’s similar experience with the scope of services KEY PERSONNEL SCOPE OF WORK Darin Larson, PE, LEED APKevin McCauley, PEMichael Ryan, PE, PMPAntroy SingletonTomasz TrebaczBrian KelleyRose Gaines-PerkinsLonnie Lomski, (Lomski)Manny Bejarano, Ph.D., PETom Roda, PEBarry BarnesPraveen Ommi, CEP, VMA, LEED APDiego ClavijoElizabeth Gaines, PSMTask 1: Construction Administration Coordination with FAA/FDOT/County and other agencies ●●●●●●●●●●●●●● FAA safety plans ●●●●●● Coordinate and attend pre-construction conferences ●●●●●●●●●● Overall contract management ●●●●●●● Coordinate and attend construction progress meetings ●●●●●●●●●● FAA/FDOT grant management (Quarterly Construction Reports)●●●●●● DBE monitoring and compliance ●●●●●●●●●● Davis Bacon Act compliance ●●●●●●●● Review/track/monitor status of construction progress, shop drawings, contract documents, RFIs, construction cost/schedule change requests ●●●●●●●●●●●●● Review of contractor’s schedule ●●●●●●●●●●● Provide contractor with schedule comments ●●●●●●●●●● Processing of progress payments ●●●●●●●●●●● Task 2 - Construction Inspection Construction observation services ●●●●●●●●●●● Conduct on-site observations of work in progress ●●●●●●●●●●● Resident project representative (reporting, work log, verification of tests, equipment and systems startup, records, observation of materials/workmanship ●●●●●● Task 3 - Miscellaneous Confirm project completion with appropriate agencies ●●●●●●●●●● Coordinate/attend substantial completion walkthrough ●●●●●●●●●● Assist the A/E with development of a “punch list” ●●●●●●●●●●●● Confirm that punch list items are completed ●●●●●●●●●●●● Coordinate a final review of finished items ●●●●●●●●●● Provide recommendation of acceptance of the project ●●●●●●●●●●● Collect necessary documentation to close project/contract ●●●●●●●●●●●●● Assist the County with coordination of warranty work ●●●●●●●●● Transmit all project/program-related files to the County ●●●●●●●●●●● Substantial completion ●●●●●●●●●● Project closeout ●●●●●●●●● Testing quality control ●●●●●●● 10P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Our team will be responsive to and work efficiently with County staff. We fully understand airport project challenges, and we know how to balance staff, deadlines, and workload. Our team will apply an established coordination and communication process that includes maintaining an organized record of all inspections, plans reviews, changes, and all other required project documents in one central filing system. We will remain in constant communication with the County using emails, phone calls, video calls (if desired), and other appropriate electronic devices. To minimize travel costs, our team will foster proper communications via online meetings, presentations, and phone calls whenever possible. We use Skype for Business and Microsoft Teams to facilitate teleconferences and/or video conferences. Atkins staff members are willing and able to travel to the airport to attend meetings or to address any issue that may require immediate attention. Our team will use time efficiently and bundle meetings, when appropriate, to maximize face time while minimizing costs. Additionally, our offices are electronically networked, providing efficient communication and transfer of information. We also frequently leverage technology, such as ProjectWise and Dropbox, to share and edit documents collaboratively among various offices, team members, and client staff. Our proven ability to form geographically dispersed teams enables us to provide efficient, responsive services. Atkins’ depth of resources and technical capabilities, coupled with our established local knowledge and relationships, will result in a successful project. Proposed subconsultants Atkins fully recognizes the importance of working with partners to extend the capabilities and talent available to serve the County through this contract. As such, we have included the following firms on our team: Lomski Engineering and Testing, Inc. (LET) (DBE) QA testing Established in 2009, LET is a local professional engineering DBE firm specializing in construction materials testing, construction inspection, and geotechnical engineering services. With over 75 years of combined experience, LET’s team members have provided construction inspection and materials testing, as well as geotechnical engineering services throughout southwest Florida. LET has a fully staffed geotechnical laboratory certified by the Construction Materials Engineering Council and FDOT. LET’s materials testing program encompasses testing of concrete, soils, asphalt, masonry, steel, and other building materials. Additionally, LET provides geotechnical support and pavement section investigations to assure their clients’ provided materials meet the requirements of the project design. LET’s current list of governmental agency clients includes FDOT, Charlotte and Sarasota Counties, as well as the City of North Port and the City of Venice. Most recently LET has performed construction QC services for the following projects: Punta Gorda Airport Taxiway A, Punta Gorda Airport Apron Expansion, FMY Rehabilitation of Runway 5-23 and Associated Taxiways, Page Field Rehabilitation of Runway 13-31, and Associated Taxiways, and the Venice Municipal Airport Apron Rehabilitation.. E.F. Gaines Surveying Services, Inc. (E.F. Gaines) (DBE) Surveying E.F. Gaines, an FDOT-certified DBE, is a licensed surveying and mapping firm located in Fort Myers, Florida. The firm, prequalified with FDOT, has provided design-related surveying services to public- and private-sector clients since 2002. Local experience E.F. Gaines has provided surveying services for numerous Florida airport design projects, including IMM Taxiway B rehabilitation. 11P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service E.F. Gaines has provided surveying services for the following Florida airport design projects: IMM (Taxiway B Rehabilitation), Punta Gorda Airport (Electronic Airport Layout Plan [ALP] and wetland mitigation), Naples Airport (multiple projects, including Runway 14-32 drainage improvements, Taxiway D extension, Falcon Lane improvements, Taxiway D realignment, and Runway 5-23 drainage improvements), Winter Haven Airport (Runway 11-29 rehabilitation and lighting), Arcadia Airport (Turf Runway 13-31 Drainage Improvements, T-hangar Taxilane, and Helicopter Hangar), LaBelle Airport (Rodeo Drive Improvements and Airport Property Map), FMY (Perimeter Road Design and South Quadrant Hangars), and Southwest Florida International Airport (RSW) (Parallel Runway Environmental, Wildlife Hazard Remediation, and Florida Power & Light Maintenance Limit Staking). Key personnel Successful projects—from design through construction—require a team that is well rounded, versatile, and qualified. The Atkins team possesses all these strengths and has the technical and field experience to lead the County’s project to successful completion. Atkins has assembled an exceptional group of professionals who will work collaboratively with County staff as a team to assure project success. The Atkins team has the depth of experience, quality of management, technical expertise, state- of-the-art resources, and QA/QC procedures in place to provide the County with the services it expects and requires to fulfill this important contract. The management of this contract will be based on a simple but important premise— the project must be organized, directed, and controlled to permit timely completion with the least possible expenditure of the County’s resources and to meet the County’s budget constraints. Atkins advocates frequent updates to our clients of project cost estimates and timely communication of any significant changes. In assembling our project team, we focused our search on individuals who meet or exceed the criteria needed to accomplish your project successfully. In the following paragraphs, we will introduce these individuals and discuss their specific experience as it relates to this project. Additional information on each team member’s level of experience on projects of similar type, size, and complexity is included in the resumes at the end of this section. The resumes provide an overview of the team members’ qualifications to successfully complete the project. These professionals bring a wealth of knowledge gained on projects throughout the country. Our proposed organizational chart (Figure 2) identifies our key project team members proposed to deliver the project for the County and demonstrates our team is well- staffed to address all facets of the project. Darin Larson, PE, LEED AP Principal-in-charge Darin Larson is an experienced airfield engineer and manager of airport development programs. He has 23 years of experience in the planning, design, and construction of large airport development projects. Mr. Larson has served as project manager for a variety of airfield paving, lighting, and navigational aid (NAVAID) projects, as well as airport terminal and support facility projects. In addition, he has more than 25 years of experience as a licensed private pilot and holds an instrument rating that gives him added perspective in managing airfield operational issues. Mr. Larson’s experience includes serving as principal-in-charge for Atkins’ Collier County Airport Authority on-call services contract and MKY New Terminal, Apron Expansion, and Taxiway Improvements project. Responsive service Atkins has assembled an exceptional group of professionals who will work closely with County staff as a team to assure project success. 12P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Kevin McCauley, PE Project manager Kevin McCauley has 19 years of aviation/transportation design engineering experience involving design packages and plans preparation of paving, lighting, and signing; NAVAIDs; and various design aspects, such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. He is responsible for designing or managing aviation projects, performing construction administration, and preparing construction plans, engineer’s reports, and specifications for various aviation projects. Mr. McCauley’s experience includes serving as project manager for Atkins’ Collier County Airport Authority on-call services contract and project manager and airside/ landside engineer-of-record for Atkins’ MKY New Terminal, Apron Expansion, and Taxiway Improvements project. Michael Ryan, PE, PMP Quality manager Michael Ryan has 20 years of construction oversight, quality management, program and project management, and facility operations management experience. He is an expert in construction practices, procedures, and testing, to include quality control management of horizontal construction projects. His responsibilities 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. Mr. Ryan organizes field observation and monitoring of contractors’ substantial compliance with contracts so that project quality, cost control and established completion Kevin McCauley, PE* Project Manager Collier County/ Collier County Airport Authority Resident Project Representative Antroy Singleton - Lead* Tomasz Trebacz - Support* Construction Manager Brian Kelley * Compliance Rose Gaines-Perkins* QA Testing Lonnie Lomski* (LET) (DBE) Construction Management Figure 2. Proposed organizational chart Michael Ryan PE, PMP * Quality Manager Darin Larson, PE, LEED AP* Principal-in-Charge Pavement Engineering Manny Bejarano, Ph.D., PE Airfield Engineering Support Tom Roda, PE Cost Estimating Barry Barnes Scheduling Praveen Ommi, CEP, VMA, LEED AP Claims Support Diego Clavijo, PMP, PSP Surveying Elizabeth Gaines, PSM* (E.F. Gaines) (DBE) Available Support** *Local personnel **Additional services to be called upon as needed by the County. 13P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service schedules are met by the contractor. He is a certified QC Manager through FDOT’s Construction Training and Qualification Program (CTQP). Antroy Singleton Lead resident project representative Antroy Singleton has 24 years of experience in construction management, materials and testing, and maintenance management. His current responsibilities include researching and interpreting contract requirements to determine whether construction work is performed in substantial compliance with plans, specifications, and special provisions, and advises the owner of any failures or delays. Mr. Singleton has extensive experience working with state departments of transportation and previously served as a district permit engineer, project office manager/construction inspector, and utility inspector with the Alabama Department of Transportation. Tomasz Trebacz Resident project representative Tomasz Trebacz has 20 years of CEI experience in the construction industry. As an inspector/field representative, he is responsible for technical engineering inspection and materials testing and sampling. His responsibilities also include inspection of drainage, paving, pavement markings, lighting, and signalization. Mr. Trebacz’s recent project experience includes apron expansion and taxiway improvements at MKY as well as multiple roadway construction projects throughout Collier County. Brian KelleyConstruction manager Brian Kelley has 28 years of experience in the construction industry managing staff and project budgets, developing and reviewing monthly and final estimates, supporting negotiations with contractors related to contract changes, assessing contractor schedules, providing construction contract administration and construction engineering, and supervising inspection teams. His CEI administrative duties have included coordination of project issues and challenges, scope changes, and contractor payments Rose Gaines-PerkinsCompliance Rose Gaines-Perkins has 23 years of administrative experience providing administrative support on construction engineering and inspection projects. She is knowledgeable about Equal Employment Opportunity (EEO) requirements such as review of certified payrolls, wage compliance, and on-the-job training. In addition, she is adept at monitoring federal funded contracts and compliance with FDOT regulations. Lonnie Lomski QA testing Lonnie Lomski has 26 years of industry experience with exceptional project management skills that enable him to bring major projects in on time and within budget. He has earned professional certifications in numerous areas of work related to his specialization in construction services, including certifications from FDOT in inspection of earthwork, concrete, asphalt pavement, mechanically stabilized earth (MSE) walls, pile driving and drilled shaft operations, and maintenance of traffic installations. Mr. Lomski’s recent experience includes work on several roadway, bridge expansion, and resurfacing projects in southwest Florida. Manny Bejarano, Ph.D., PEPavement engineering Manny Bejarano has 23 years of combined experience in the design, evaluation, rehabilitation, and construction of major infrastructure projects. Over the last 12 years, he has worked on major airfield paving projects worth more than $1 billion. Dr. Bejarano’s experience includes commercial and military runway, taxiway, and apron airport designs. His field of expertise is pavement design, construction, civil material characterization, soils engineering, infrastructure management, and forensic analysis. He has conducted detailed pavement evaluations and non-destructive testing analysis, supervised field explorations, analyzed field and laboratory data, and recommended design alternatives for new construction and rehabilitation of roads, ports, and airport pavements. He served as lead professional engineer for an IMM race event pavement inspection task under Atkins’ Collier County Airport Authority on-call services contract. Tom Roda, PEAirfield engineering support Tom Roda has 22 years of experience working on aviation- related planning, engineering, and construction programs. During this time, he has had direct involvement in more than $10 billion worth of capital improvement projects at more than 40 different airports throughout the United States, Caribbean, and Middle East. Mr. Roda’s expertise includes the planning, design, and construction management of airport facilities, such as runways, taxiways, aprons, roadways, and buildings. His experience includes providing engineering support for Atkins’ Collier County Airport Authority on-call services contract and MKY New Terminal, Apron Expansion, And Taxiway Improvements project. Barry BarnesCost estimating Barry Barnes has 40 years of experience in construction with expertise in cost estimating. He has been involved 14P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service in preparing quantity estimates, monitoring construction progress, inspecting bridge and roadway construction, drafting, and surveying. Mr. Barnes developed a parametric cost-per-mile estimating method that has been implemented for several clients. In addition, he provided quantity takeoffs and pricing for all Atkins services, where he has prepared estimates and schedules for airports, highways and bridges, military bases, buildings, water and wastewater treatment plants, utilities, sanitary landfills and toll plazas. Many of these estimates utilize the bottom-up pricing method with Micro-Computer-Aided Cost Engineering Systems (MCACES) and RS Means software, which requires detailed crew, equipment and material estimating. Praveen Ommi, CEP, VMA, LEED AP Scheduling Praveen Ommi has 24 years of experience providing project control services for a variety of building, transportation, civil, and marine projects. Mr. Ommi has strong expertise in the use of scheduling software, including MCACES/MII, Primavera, and Microsoft Project. His project experience includes developing schedules and cost estimates from the conceptual stages of a project through final design; participating in value engineering studies, bid analysis, site adaptation, and guaranteed maximum price cost reviews; negotiating with contractors; and reviewing pay applications and change orders for cost and time extensions for various types of projects. Diego Clavijo, PMP, PSP Claims support Diego Clavijo has 33 years of experience in project management, program management, project controls, construction administration, and construction claims/ litigation. For the past 17 years, he has successfully managed professional services teams and contracts in support of capital improvement programs with multiple public entities such as: City of Miami, Miami-Dade County Public Schools, School Board of Broward County, Florida Department of Transportation, District Four and Miami- Dade Water & Sewer. Mr. Clavijo has experience in, and a thorough understanding of, processes and tools related to the successful delivery of capital improvement projects including work program scheduling and programming, program management, project controls, project portfolio analysis, funding allocation, risk analysis, database integration, and web reporting. He has also participated in construction litigation cases as an expert consultant in the areas of critical path method (CPM) delay analysis and damages calculation. Elizabeth Gaines, PSM Surveying Elizabeth Gaines has more than 30 years of experience in boundary, hydrographic, topographic, and construction surveys, with the last 22 years being in direct management of business, personnel, and projects. In 2001, she established E.F. Gaines and serves as its president. Ms. Gaines’ professional experience includes managing a variety of surveying projects throughout southwest Florida. She has performed boundary, topographic, route, mean high water, and erosion control line surveys; prepared subdivision plats and condominium exhibits; coordinated construction layouts; and performed GIS support services. The types of projects Ms. Gaines has provided service for include roadway and utility design projects; projects involving designs for schools, parks, municipal buildings, and airports; residential and golf course communities; and stormwater management maps and property appraisal maps (GIS projects). Her experience includes providing topographic surveys for Runway 14-32 Drainage Improvements and Taxiway D Extension projects as part of a Naples Airport continuing contract. Team collaboration We are a team of professionals committed to working side-by-side with the County to successfully deliver your project. As demonstrated in Evaluation Criteria No. 2: Past Performance, Atkins team members have worked together on the successful delivery of numerous similar projects. Nearly all proposed Atkins staff members have experience supporting our Collier County Airport Authority on-call services contract or MKY New Terminal, Apron Expansion, and Taxiway Improvements project. Additionally, E.F. Gaines has provided surveying services to Atkins for a variety of projects since 2011, including FMY Road and Danley Drive realignment design – topographic and route surveys and FMY Perimeter Road design – topographic survey. FAA regulations, policies, and procedures Atkins maintains professional relationships with appropriate FAA personnel and offices to stay abreast of existing guidance documents, regulations, and new policies that may affect airport funding and project issues. Atkins has coordinated with Krystal Ritchey, PE, program manager, and Pedro Blanco, planner, of FAA’s Orlando Airports District Office for projects throughout the district, including for Collier County. Through our long history as an aviation service provider, we are well versed and experienced with FAA Advisory Circulars (AC), orders, and executive briefs. In addition to understanding the process, Atkins staff members maintain contact with FAA representatives to stay informed of any changes to policies and procedures. Another benefit to the Atkins team is our strong relationship with FAA at national and regional levels. These relationships can be leveraged to 15P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service aid in obtaining information quickly and ensuring decisions are made timely to help keep projects on schedule. Furthermore, Atkins staff members attend conferences sponsored by FAA each year that provide insight and new information on policy changes and issues within FAA. FDOT Atkins serves as general engineering consultant to a number of FDOT districts. Our assignments include project designs, as well as review work by other consultants for standards. Tom Barry Jr., PE, an Atkins senior operations director, is a former FDOT secretary. Mr. Barry’s knowledge of FDOT funding, system planning, and intermodal integration is unmatched. Atkins, prequalified with FDOT, is an expert in FDOT regulations and requirements. In addition, we have coordinated with Wendy Sands, FDOT aviation/intermodal agency liaison, and Kristi Smith, PLS, FCCM, FDOT District One senior aviation/intermodal program manager, for projects throughout the district, including for Collier County. QA/QC Atkins’ QA/QC program will be implemented on this project. Both elements are critical, and it is our responsibility, and your expectation, that they be successfully delivered—and they will. Our principal-in-charge, Mr. Larson, will communicate directly with the County to ensure the Atkins team is delivering as promised and that you are completely satisfied with our services and products. Mr. Ryan will serve as our quality manager and be responsible to the County for overall QA/QC. He will ensure extensive, detailed, and documented QA/QC reviews occur and that each one takes into consideration project design, operational elements, budget, and constructability requirements. This approach also applies to our subconsultants. Regular quality audits will be performed to ensure standards are being met. Our project manager, Mr. McCauley, will be responsible for clearly communicating the quality expectations of our services and deliverables so that each project team member understands what is—and is not—acceptable. QA/QC is a continuous process for our team—beginning at project inception, continuing through the preparation of construction plans and specifications, and concluding only when construction is complete and facilities are operational. Ultimately, the goal of the process is to produce products that will result in well- constructed and satisfactory projects while mitigating the potential for change orders and cost overruns during construction. Atkins team members have considerable design and relevant field construction experience, are fully knowledgeable of aviation plans and specifications, and have worked with contractors to achieve project success. This experience will provide them with the ability to identify and mitigate change order-susceptible design elements and provide the County the greatest value. Details on Atkins’ QA/QC process are included in Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements. Health and safety Atkins recognizes safety, health, and environment (SHE) performance excellence is a regulatory and social responsibility. Our SHE program focuses on successful and safe project delivery, while encouraging innovation, promoting cost effectiveness, and capturing best practices to be integrated into future projects. Atkins is committed to being an industry leader by practicing and promoting “safety first” on all projects. We have developed and implemented specific safety policies and procedures that provide the framework for a safety management system compliant with global standard OHSAS 180001. Our project manager, Mr. McCauley, will reinforce these policies and procedures during this contract. Local experience Nearly all proposed Atkins staff members have experience supporting our Collier County Airport Authority on-call services contract or MKY New Terminal, Apron Expansion, and Taxiway Improvements project. 16P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›B.S., Civil Engineering, Iowa State University Registrations/licenses ›Professional Engineer Florida 56598, 2001 California 84501, 2015 Iowa 14963, 1999 Minnesota 26827, 1999 Certifications ›Leadership in Energy and Environmental Design Accredited Professional (LEED AP) ›Private Pilot License, Instrument Rating Professional affiliations ›Airports Council International, North America ›Florida Airports Council ›American Society of Civil Engineers ›American Association of Airport Executives ›Airport Consultants Council Darin Larson is an experienced airfield engineer and manager of airport development programs. He has 23 years of experience in the planning, design, and construction of large airport development projects. He has served as project manager for a wide variety of airfield paving, lighting, and NAVAID projects, as well as airport terminal and support facility projects. In addition, Mr. Larson has more than 25 years of experience as a licensed private pilot and holds an instrument rating that gives him added perspective in dealing with airfield operational issues. Mr. Larson’s experience includes: New Hangar, PNS Pensacola, FL. Project director responsible for general oversight of the project as well as QA/QC for the design and construction administration of this new $46 million MRO hangar facility. The project includes design of an approximately 174,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, parking lot, access roadway, and utilities. The facility will provide service to B777, B757, and A320 aircraft. On-Call Airside and Landside Engineering Consulting Services, SAN, San Diego, CA. Overall contract/project manager for an on-call airside and landside engineering consulting services for SAN. To date, task orders have been issued under this contract consisting of Runway 9-27 and cross taxiways rehabilitation; Taxiway B object-free area; demolition of the World Trade Center building; Terminal 2 West restroom remodel; geographic information systems development services; and Palm Street observation area. Expansion of Runway 10R-28L, FLL, Fort Lauderdale, FL. Project manager. Atkins is the lead designer. The $800 million expansion of FLL’s Runway 10R-28L involves the construction of a new 150-foot by 8,000-foot runway to replace the existing 5,300-foot runway. The project also involves a number of taxiway improvements, including a full parallel taxiway system, a crossfield and connector taxiway system, and demolition of two existing runways. In addition to a full complement of associated airfield lighting and NAVAID systems, the project includes installation of an engineered material arresting system on each runway end. The new runway and parallel taxiway will extend over the existing perimeter road, Florida East Coast Railway, and US 1, a multilane federal highway. As a result, the east end of the runway and parallel taxiway will be constructed on an elevated bridge and tunnel structure, which is being delivered as a separate design-build construction contract. General Architectural and Engineering Services, RSW and FMY, Fort Myers, FL. Project manager responsible for providing general architectural and engineering services under a continuing contract in conjunction with the operation, maintenance, and development of RSW and FMY in Lee County, Florida. In this role, Atkins serves as an extension of staff for a variety of small, medium, and large architectural, engineering, and miscellaneous projects/tasks. Runway 12-30 Pavement Rehabilitation, Miami International Airport, Miami, FL. Principal-in-charge/QC reviewer for this $40 million project, which involves the Darin Larson, PE, LEED AP Principal-in-Charge 17P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP rehabilitation of Runway 12-30 and Taxiways P, Q, and R, including upgrading all associated utilities; marking; and centerline, edge, and holdbar lighting. The rehabilitation consists of milling 1 inch of existing deteriorated asphalt pavement and overlaying the same with 3 inches of new asphalt, overlaying existing shoulders with isolated areas for full-depth repair as needed, replacing in-pavement centerline fixtures and elevated-edge lighting fixtures, and restoring existing pavement marking and grooving. Construction phasing and maintenance of traffic are critical components of this project and will require special operating procedures and pavement closures that will need to be closely coordinated with air traffic control, airport operations, and the airlines. Runway Rehabilitation Program, Miami Executive Airport, Kendall, FL. Project manager for the design, bidding, and construction phase services. The proposed rehabilitation included milling 1 inch and applying a 2-inch overlay to all three runways (9R-27L, 13-31, and 9L-27R) at the airport. New Northside Runway 8-26 (Northeast Taxilane), Miami International Airport, Miami, FL. Lead airfield engineer for the design and construction phase services. The northeast taxilane assignment was included as a change order to the new northside runway assignment and had a construction budget of approximately $10.8 million. The design elements included airfield paving, grading, drainage, and fire protection. The assignment consisted of an Aircraft Design Group V asphalt concrete pavement taxilane approximately 276 feet by 1,575 feet in size. In addition, the assignment included a 1.5-acre Portland cement concrete (PCC) aircraft hardstand parking area. Bid Package 352, Taxiways E and F Rehabilitation and Improvements, Orlando International Airport, Orlando, FL. Program manager. This project consisted of designing the rehabilitation of existing pavement of the parallel crossfield taxiways. Also included in this project are pavement widening areas designed to accommodate the Airbus A-380 aircraft. Structural and shoulder pavements will be widened to meet the requirements of the FAA Engineering Brief No. 63, Use of Non-Standard 75-Foot- Wide Straight Taxiway Sections for Airbus A380 Taxiing Operations. In addition, where required, fillet and taper structural pavement will be widened to conform to FAA cockpit over centerline standards. Construction value of this project was approximately $15 million and completed in 2007. Darin Larson, PE, LEED AP Full Length Parallel Taxiway A for Runway 18-36, SEF, Sebring, FL. Served as lead project engineer for the design of the new parallel taxiway, which included demolishing existing abandoned runway pavements, drainage improvements, and a new taxiway edge light system, including guidance signs. The assignment was designed for construction in three phases. Runway 18-36 Rehabilitation, SEF, Sebring, FL. Project manager for the design, bidding, and construction phase of this assignment, which included rehabilitating the 100-foot by 5,200-foot asphalt cement concrete runway. Terminal Apron Rehabilitation, Orlando-Sanford International Airport, Sanford, FL. Assistant project manager for the construction engineering and inspection services associated with this $2.5 million, full-depth removal and PCC apron reconstruction project. The assignment featured a three-phase construction program to allow the airport to use four of the six loading bridges on the affected international terminal pier at all times. Reconstruction of Taxiways L, R, C, and B-4, Orlando- Sanford International Airport, Sanford, FL. Lead project engineer for the design, bidding, and construction phase services associated with the taxiway reconstruction project. The assignment included full-depth removal and reconstruction of existing asphalt cement concrete (ACC) pavements, as well as milling and overlay of existing ACC surfaces on PCC pavement sections. The assignment also included an intricate five-phase construction program to minimize operational impacts to the airport. 18P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›B.S., Civil Engineering, Florida State University Registrations/licenses ›Professional Engineer Florida 67477, 2008 California 80789, 2012 Professional affiliations ›American Society of Civil Engineers Professional development ›Roadside Design, American Society of Civil Engineers ›Portland Cement Concrete Tester Course, Illinois Department of Transportation ›Documentation Certification, Illinois Department of Transportation ›Effective Roadway Lighting, University of Wisconsin ›Urban Street Design, University of Wisconsin Kevin McCauley has 19 years of aviation/transportation design engineering experience involving design packages and plans preparation of paving, lighting, and signing; NAVAIDs; and various design aspects, such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. He is responsible for design or project management of aviation projects, performing construction administration, and preparing construction plans, engineer’s reports, and specifications for various aviation projects. Mr. McCauley’s experience includes: Collier County Airport Authority On-Call Services, Collier County, FL. Serves as project manager. Under this contract with Collier County Airport Authority, Atkins provides general consulting services for MKY, IMM, and X01. The airports provide air service to southwest Florida. These airports feature a large general aviation community and airport-related industries. Atkins has provided Collier County Airport Authority with a variety of services, including engineering, planning, facility repairs design, and construction administration services. Tasks have ranged from small administrative support items to design and construction programs. Existing Terminal Obstruction Removal and Apron Expansion, MKY, Naples, FL. Project manager and airside engineer-of-record for this $4 million project to demolish the existing terminal building, which will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway A. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by FAA grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements, including relocation of Taxiway B and associated airfield lighting, demolition of existing Taxiway B and apron, airfield drainage improvements, and permitting of various project elements. New General Aviation Terminal and Associated Landside Improvements, MKY, Naples, FL. Project manager and landside engineer-of-record for this $9 million project to construct a new 16,000-square-foot terminal with associated landside improvements. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and permitting of various project elements. Crossfield Taxiway Construction Services, Treasure Coast International Airport, Fort Pierce, FL. Project manager for the construction phase of this $3 million project, which included the design, bidding, and construction phase services for a new 1,200-foot taxiway to provide access to taxiing aircraft between the isolated touch-and-go Runway 10L-28R at the north side of the airport to the rest of the airfield. The proposed taxiway will connect the existing Taxiway F to the approach end of Runway 10R, and across to Taxiway A. Design efforts involve developing a taxiway alignment that avoids potential wetland impacts, pavement design, drainage design, structural design for canal crossing, electrical design, and permitting. The scope of work also included data collection and environmental analysis. Duties Kevin McCauley, PE Project Manager 19P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP included client coordination and overseeing construction activities, including submittals, requests for information, and other construction-related tasks. Cargo Apron Expansion, PNS, Pensacola, FL. Lead airfield design engineer for this $7 million project to rehabilitate and expand the north cargo apron at PNS. The north cargo apron is used by UPS operations and showed significant signs of pavement deterioration that warranted immediate repair. An alternatives analysis was performed to evaluate the optimal pavement section and apron layout to meet the future demand requirements of the apron. The current apron configuration will only allow one UPS aircraft at a time. In addition to rehabilitating the existing apron pavement, the apron expansion will maximize the usable space and allow the possibility of up to three simultaneous operations. The project includes 28,000 square yards of new PCC, 8,000 square yards of new asphalt pavement, and 3,600 square yards of asphalt pavement mill and overlay. Mr. McCauley was responsible for the airfield geometric design, demolition, paving, grading, jointing, and clearing and grubbing construction plans, and for supporting all design-related aspects and coordinating all production management. This project provides for the planning, design, bid support, and construction administration and oversight for the cargo apron expansion. Corporate Apron Rehabilitation, PNS, Pensacola, FL. Lead airfield design engineer for this $1.8 million project to rehabilitate the existing general aviation apron pavement. The design included a pavement assessment, development of rehabilitation options, and design documents for the preferred alternative. The project includes the mill and overlay of the existing pavement and upgrading an existing service road to function as a taxilane. Responsible for the airfield geometric design, demolition, paving, grading, and clearing and grubbing construction plans, and for supporting all design-related aspects and coordinating all production management. General Architectural and Engineering Services, Lee County Port Authority, Lee County, FL. Project manager and lead airfield engineer. Atkins provides general architectural and engineering services at RSW and FMY. To date, Atkins has been assigned 52 tasks involving a variety of disciplines on landside, airside, and facility development efforts. Expansion of Runway 10R-28L,FLL, Fort Lauderdale, FL. Lead airfield design engineer and production manager for this $800 million runway expansion program. This Kevin McCauley, PE project provides for the planning, design, bid support, and construction administration and oversight for a new 8,000-foot runway, full-length parallel taxiway, connecting taxiways, and runway-end aircraft aprons. Additional airfield components include three north-south, full-length taxiways and two aircraft sequencing aprons. The project constructed more than 500,000 square yards of pavement on approximately 6 million cubic yards of embankment and structure. In addition to airfield civil design, other design-related responsibilities include supporting aviation electrical infrastructure, lighting and signage, stormwater drainage system, and NAVAIDs. Responsible for the airfield geometric design, demolition, and clearing and grubbing construction plans. Also responsible for supporting all design-related aspects and coordinating all production management. Runway 18L-36R and Taxiway J Rehabilitation, Tulsa International Airport, Tulsa, OK. Atkins provided professional engineering services in support of the rehabilitation of Runway 18L-36R and Taxiway J. The first phase involved a preliminary engineering study addressing design and construction alternatives, as well as stakeholder coordination. Five alternatives were depicted to provide feasible, economic, and operationally efficient options for rehabilitation of the runway. After a comprehensive study, evaluation, and significant coordination with stakeholders, full rehabilitation of Runway 18L-36R was selected as the preferred solution. Taxiway J will receive full PCC pavement replacement, as well as associated lighting and signage upgrades required to bring the taxiway and its components into full FAA compliance. The design portion of this project was conducted in several phases, and multiple design or bid packages were developed to meet anticipated funding levels. The first design phase was designed and bid as part of Design Package #1 and included 1,300 feet of pavement at the end of Runway 36R. As part of this effort, Atkins performed design analysis, geometry, pavement design, grading, phasing, signage, lighting, permitting, and stakeholder coordination. 20P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›M.E., Project Management, University of Maryland, 2012 ›B.S., Civil Engineering, U.S. Air Force Academy, 2000 Registrations/licenses ›Professional Engineer Florida 68358, 2008 Certifications ›Project Management Professional, 1203762, 2008 ›CTQP QC Manager ›CTQP Earthwork Construction Inspection, Levels I and II ›CTQP Final Estimates, Level II ›Florida Department of Environmental Protection (FDEP) Stormwater, Erosion, and Sedimentation Control Inspector ›FDOT Advanced Maintenance of Traffic ›TIN Number: R500556770170 Professional affiliations ›Project Management Institute Michael Ryan has 20 years of construction oversight, program and project management, and facility operations management experience. His responsibilities 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. Mr. Ryan 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. Mr. Ryan’s experience includes: 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 8-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 sound wall. The resurfacing (3R) project includes resurfacing approximately 3 miles of 4-lane rural roadway, conversion of the existing span wire signal system to mast arms at two 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 Boulevard from Davis Boulevard to Golden Gate Canal and Davis Boulevard from Collier Boulevard to West of Radio Road, 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 consisted of seven separately tracked funding sources and four engineers of record. This 2-mile project involved widening Collier Boulevard (SR 951) from 4 to 6 lanes and widening Davis Boulevard (SR 84) from 2 to 4 lanes. Additional components included the installation of a post-tension gravity wall under I-75; retaining wall; sound wall; pond blasting and excavation; 21,000 linear feet of closed drainage; 12,000 linear feet 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, change orders, and payment applications. Michael Ryan, PE, PMP Quality Manager 21P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP 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. Project manager for the design of this stormwater improvement project. The project consisted of developing plans for the construction of over 7,200 linear feet of open channel and closed channel flow systems. Included in the design was 1,900 linear feet 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. 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. CEI Continuing Services for Districtwide Design-Build Pushbutton Contract, FDOT, District One, Central/West FL. Mr. Ryan is providing consultant engineering and is the interim senior project engineer for the $16.7 million 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 include emergency signalization repairs, new signal installations, roundabout improvements, drainage improvements, roadway widening and resurfacing, pedestrian safety improvements, and rail crossing repairs. CEI for I-75 Widening from Harborview Road to Sumter Boulevard, FDOT, District One, Charlotte and Sarasota Counties, FL. Senior project engineer for this $73 million I-75 widening project from Harborview Road to Sumter Boulevard, encompassing three FPIDs. Work consisted of widening 15.5 miles of interstate to include four interchanges and the widening of 7 existing bridges and deck replacement on an existing bridge. Bridge work involved concrete pile foundations, prestressed American Association of Safety and Highway Transportation Officials (AASHTO), Florida “I” beams, and barrier wall construction. Work also included 1 mile of sound wall construction, asphalt paving, highway lighting, signing and intelligent transportation systems (ITS) installation, signal installation, drainage pipe installations and pond construction. More notably, this project consisted of environmentally sensitive work zones, complex maintenance of traffic and detour operations, and coordination with adjacent road projects and working with multiple jurisdictional agencies. CEI for Manatee Operations Center, FDOT, District One, Bradenton, FL. Senior project engineer responsible for overseeing project inspection and providing liaison support to FDOT Facilities Management during project construction. The project included developing a 42-acre parcel into a consolidated operations center for FDOT in Manatee County. The center replaces the existing Sarasota Operations Center by consolidating 34 buildings into 10 with a total of 52,600 square feet. The operations center will provide maintenance of existing highways and bridges, as well as construction of new facilities in Sarasota and Manatee counties that continue to be high growth areas in District One. CEI Services for US 27 (SR 25) from Stitt Ranch to Glades County Line, FDOT, District One, Lee County, FL. Senior project engineer responsible for the contract administration services and supervision of field inspection staff for a full CEI team supporting FDOT Fort Myers Operations Center. This federally funded project involves CEI services for milling and resurfacing 4.4 miles of 4-lane divided roadway and the installation of a telemetered traffic monitoring site. 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. Michael Ryan, PE, PMP 22P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›A.S., Science with Pre- Engineering Emphasis, Bishop State Community College, 1994 Certifications ›Traffic Control Operations, Alabama Department of Transportation (ALDOT), 1995, and Advanced Maintenance of Traffic (MOT), FDOT, 2013 ›Roadway Technician, ALDOT, 1994 ›Concrete Inspection, ALDOT, 1994 ›Final Estimates Levels I and II, FDOT 2013 ›Critical Structures, FDOT, 2013 ›WECS, GSWCC, Levels 1A and 1B ›Stormwater Management, Florida Department of Environmental Protection, 2014 ›Certified Bridge Inspector, ALDOT Antroy Singleton has 24 years of extensive experience in construction management, materials and testing, and maintenance management. His current responsibilities include researching and interpreting contract requirements to determine whether construction work is performed in substantial compliance with plans, specifications, and special provisions, and advises the owner of any failures or delays. He also makes substantial completion and final completion statements. Mr. Singleton has extensive experience working with state departments of transportation and previously served as a district permit engineer, project office manager/construction inspector, and utility inspector with the Alabama Department of Transportation. Mr. Singleton's experience includes: Runway 9-27 Rehabilitation Design Services, LAL, Lakeland, FL. Construction manager for pavement rehabilitation and strengthening of the runway. Atkins is currently providing full construction administration and inspection for the project. This includes project management, oversight, on-site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. DeKalb County Homestead Option Sales Tax (HOST) Program Management, DeKalb County, GA. Construction manager responsible for implementing four of the County’s high-priority projects with an estimated $70 million in construction costs. Services provided to the County have expanded to include program management, land acquisition, and construction management of more than 75 projects including acquisition of 700 parcels of right-of-way and construction engineering and inspection of 25 construction projects. The range of services provided to the County include construction oversight, contract administration, scheduling, programming, administrative assistance and reporting, preparation of conceptual design alternatives, public participation and presentations, management of design consultants including design review, National Pollutant Discharge and Elimination System (NPDES) monitoring and reporting, and right- of-way acquisition. Renew Atlanta Bond/TSPLOST Program, City of Atlanta, GA. Senior field engineer and liaison. The City of Atlanta’s combined Renew Atlanta Bond/ TSPLOST program is currently valued at $550 million and comprises both transportation and facility projects, including traffic signals, ADA and sidewalks, roadways, complete streets, bridges, public safety, parks and recreation, public facilities, and a public art program. The program management services include program controls, construction management, and materials testing. Program team staff, along with City staff, work as an integrated team to deliver the program on an aggressive schedule to provide much needed improvements throughout the City. As senior field engineer, Mr. Singleton manages the construction engineering and inspection team’s daily activities and plans and coordinates the program’s horizontal construction, including participating in developing construction projects Antroy Singleton Lead Resident Project Representative 23P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP and overseeing their implementation. Mr. Singleton also acts as a liaison with City and other local government offices. Capital Circle N2 Multilane Widening of CCNW/SW from Tennessee Street to Orange Avenue (Blueprint 2000), Tallahassee, FL. Mr. Singleton serves as contract support specialist. This project addresses capacity improvements of Capital Circle NW/SW to a controlled access facility, including the addition of through travel lanes and frontage roads. On-site stormwater will be conveyed to proposed stormwater management facilities via closed storm drain systems. Wetland mitigation ponds will be created as existing wetlands are impacted. Over 80 species of plants will be used to create these wetlands. Innovated erosion and stormwater controls are being placed including 2 Chitosan stormwater treatment facilities. The existing bridge over the CSX Railroad and existing culvert at Gum Creek will both be replaced. Emory Village Revitalization Project, DeKalb County, GA. Construction manager responsible for pre- construction quantities assessment and oversight of the field construction activities. This project involved providing CEI and NPDES monitoring reporting services. The work included demolition of existing walkways and reconstruction of sidewalks, drainage improvements, driveway reconstruction and the construction of a round-a-bout to ease traffic congestion through the intersection. Reconstruction and Realignment, Corridor between Ashford Dunwoody Road and Mount Vernon Road – Perimeter Center West Streetscape Improvements Program Management Services, DeKalb County, GA. Construction manager responsible for QC and financials. This project is an assignment under the Central Perimeter Community Improvement Districts Program Management Services master contract; it involves the reconstruction and realignment of the corridor between Ashford Dunwoody Road and Mount Vernon Road, including concrete flat work, drainage, retaining walls, asphalt work, hardscape, and lighting. Construction manager responsible for monitoring work assigned to junior inspectors and the financial control of associated work. Johnson Ferry Sidewalk Improvements, DeKalb County, GA. Construction manager responsible for overseeing field inspectors and performing financial controls. This project involved installing storm sewer, water lines, concrete sidewalks, curb/gutter and mill, and inlay of asphalt. Perimeter Center Parkway Nodal Transitscape, Streetscape, and Mall Entrance Reconstruction DeKalb County, GA. Construction manager responsible for monitoring work assigned to junior inspectors and the financial control of associated work. This project involved the reconstruction and realignment of the corridor between Hammond Drive and Perimeter Center West, including concrete flat work, hardscape, landscape, lighting, and asphalt work. DeKalb County Homestead Option Sales Tax (HOST) Program Management Services, DeKalb County, GA. Construction manager responsible for implementing four of the County’s high-priority projects with an estimated $70 million in construction costs, services provided to the County have expanded to include program management, land acquisition, and construction management of more than 75 projects including acquisition of 700 parcels of right-of-way and construction engineering and inspection of 25 construction projects. The range of services provided to the County include construction oversight, contract administration, scheduling, programming, administrative assistance and reporting, preparation of conceptual design alternatives, public participation and presentations, management of design consultants including design review, NPDES monitoring and reporting, and right-of-way acquisition. Newton County Transportation Master Agreement, Newton County, GA. Construction manager responsible for asphalt construction and overseeing junior inspectors. Atkins provided construction management and inspection assistance for the reconstruction and signalization of the intersection of Georgia Highway 20/212 and Brown Bridge Road—one of the County’s busiest intersections. The project will involve moving the intersection of Georgia Highways 20 and 212 approximately 300 feet north of its current location. The new intersection, along with the Brown Bridge Road/GA 212 intersection, will also get new traffic signals. Antroy Singleton 24P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Certifications ›Professional Engineer Florida 70336, 2009 California 63736, 2002 Professional affiliations ›Advanced Maintenance of Traffic ›Asphalt Plant Inspection, Level I ›Asphalt Paving Inspection, Level I ›Earthwork Construction Inspection, Levels I and II ›CTQP Concrete Field Technician, Level I ›IMSA Signals, Level I ›Nuclear Radiation Safety Training Course (CPN) ›Industrial Testing Services Magnetic Particle Inspection, Level II ›TIN Number, T612815560130 Tomasz Trebacz has 20 years of construction engineering and inspection experience in the construction industry. He is experienced in conducting technical engineering inspections, materials testing and sampling, as well as construction of roadway, drainage, paving, pavement markings, lighting, and signalization. Mr. Trebacz's experience includes: Airport Apron Expansion and Taxiway Improvements, MKY, Collier County, FL. Senior inspector/field representative for the construction of circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. Airfield improvements were funded by FAA grants and included replacing the existing terminal building footprint with new ramp space, expanding the existing aircraft apron, relocating Taxiway B, removing nonstandard airfield pavements, repairing various existing pavements, and associated infrastructure improvements. CEI and Related Services US 41 and SR/CR 951 Intersection Improvements & 3R Improvements to SR 95, Collier County, FL. Senior inspector. This FDOT JPA project grouping includes widening and realignment of the US 41/SR 951 intersection, an 8-lane intersection and one of the busiest in Collier County. Major work activities include pond excavation, closed and open drainage improvements, water main, force main, and reuse main utility replacement, replacement of intersection signalization, gravity wall, sidewalk, lighting, guardrail, and sound wall. The resurfacing (3R) project includes resurfacing approximately 3 miles of 4-lane rural roadway, conversion of the existing span wire signal system to mast arms at two intersections, striped and signed bicycle lanes throughout the project, and bus stops enhancements at Manatee Road (north- and southbound) with bus bays. Responsible for overseeing activities performed by inspectors and verifying contractor compliance with the project plans and specifications. SR 84 and CR 951 Improvements CEI Services, Collier County, FL. Senior inspector for this project, a JPA between FDOT District One and Collier County, which consists of seven separately tracked funding sources and four engineers- of-record. The 2-mile project involved widening Collier Boulevard (SR 951) from four to six lanes and widening Davis Boulevard (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 linear feet of closed drainage; 12,000 linear feet of water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; drilled shaft; signalization; lighting; landscaping; and bridge improvements. Immokalee Road Widening (from US 41 to I-75) CEI Services, Collier County, FL. Inspector/field representative. Immokalee Road is one of the major east-west arterials in Collier County. The scope of work included 3.5 miles or roadway widening from 4 to 6 lanes; widening of an existing bridge at Airport Road; box culvert Tomasz Trebacz Resident Project Representative - Support 25P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP extensions; extensive utility relocations and upgrades; and signing, pavement markings, lighting, and traffic signal improvements. Lely Manor West Outfall (North and South) CEI Services, Collier County, FL. Senior inspector responsible for oversight and verification of construction activities; coordination among owners; and review of submittals, requests for information (RFI), change orders, and payment applications. This project involved CEI services for improvements to the Lely Manor West outfall (north and south). Services included 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. The project included reconstructing approximately 8,000 linear feet of existing canal with a varying canal width of 86 to 160 feet and creating a 6.5-acre spreader lake. Additional activities included the installation of concrete-filled articulating concrete mat, weir structures, riprap, and maintenance berms. The outfall canals contribute to the Rookery Bay an official Florida waterway, and therefore, turbidity monitoring and salinity monitoring during dewatering operations were critical. SR 80 and US 27 Improvements CEI Services, FDOT District One, Clewiston, FL. Mr. Trebacz was an inspector for this FDOT District One contract, which encompassed four projects: US 27 from Stitt Ranch to the Glades County line, US 27 from the Palm Beach County line to Industrial Canal, and two projects to add turn lanes on SR 80. John Young Parkway CEI Services, Kissimmee, FL. Mr. Trebacz was an inspector on this project, which involved providing CEI services for John Young Parkway/ Osceola Parkway interchange and John Young Parkway/ Carroll Street intersection improvements. The scope of work included soil cement base, limerock base asphalt, earthwork, retention pond, drainage structures, curb and gutter, signalization, pavement markings, signing, and other incidental construction. General services included administration, monitoring, and inspection of the construction to confirm conformity with the plans, specifications, and special provisions of the construction contract. Collier Boulevard from Davis Boulevard to Golden Gate Canal and Davis Boulevard from Collier Boulevard to West of Radio Road, Collier County, FL. Senior inspector for roadway widening and utility relocation project for an FDOT JPA that involved widening Collier Boulevard from 4 to 6 lanes and widening Davis Boulevard from 2 to 4 lanes. Additional components included the installation of a post-tension gravity wall under I-75; retaining wall; sound wall; pond blasting and excavation; closed drainage; water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; and drilled shaft. CR 516 Palm Bay Road CEI Services, FDOT District Five, Brevard County, FL. Inspector/field representative for this design/bid/build project involved the reconstruction and widening of 5 miles of urban roadway from 4 to 6 lanes inclusive of signalization, multiple utility relocation and interstate overpass widening. The scope of work involved extensive construction management services including project coordination, construction engineering and inspection, materials sampling/testing/reporting, and contract administration. Three Oaks Parkway Widening from Corkscrew Road to Alico Road, CEI Services, Lee County, FL. Inspector/ field representative for this project that included 4.5 miles of roadway widening from two lanes to four lanes including drainage, earthwork, curb and gutter, asphalt paving, pavement markings, and lighting on this $24.2 million project. CEI Services for the Lee County Incident Management System, FDOT District One, Lee County, FL. Mr. Trebacz was an inspector for this federally funded, design-build project, which involved CEI services for the design, installation, and integration of highway advisory radio stations, dynamic message signs with drilled shaft installation, dynamic trailblazers, closed-circuit television cameras, vehicle detection stations, road weather information stations, wireless communications, and bridge-mounted and subsurface fiber-optic cable. Services included field testing verification; system testing and integration; validation of monthly and final estimates; preparation of daily reports; enforcement of maintenance of traffic; detailed constructability review of the Phase II, III, and IV plans; and coordination of monthly design meetings and biweekly construction status meetings. Tomasz Trebacz 26P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Certifications ›CTQP Final Estimates, Levels I and II ›FDOT QC Manager Training ›CPN Radiation Safety and Use - Nuclear Gauges ›Troxler Course for Use of Nuclear Gauges ›Advanced Work Zone Safety Specialist ›NPDES Stormwater, Erosion, and Sedimentation Control Inspection ›CLASS II Asbestos Work, 8-hour Occupational Safety and Health Administration course Brian Kelley has 28 years of professional experience in the construction industry managing staff and project budgets, developing and reviewing monthly and final estimates, supporting negotiations with contractors related to contract changes, assessing contractor schedules, providing construction contract administration and construction engineering, and supervising inspection teams. His CEI administrative duties have included coordination of project issues and challenges, scope changes, and contractor payments Mr. Kelley's experience includes: Palomino Lane Roadway Improvements CEI Services, Lee County, FL. Project administrator responsible for all aspects of CEI services including maintaining the required level of surveillance of contractor activities; interpreting plans, specifications, and special provisions for the construction contract; maintaining complete, accurate records of all activities and events relating to the project; and properly documenting all project changes. General Engineering Consultant Services, FDOT, District Two, Northeast FL. Participated in three value engineering studies and has performed numerous plan reviews for the Electronic Review Comments process. Work is in support of a GEC contract, held by Atkins since 2008, to provide a wide range of engineering, architecture, technical, management, and administrative services in support of District Two transportation projects. Purple Line, Maryland Transit Administration, Baltimore, MD. Assisted document control manager with developing and implementing document control procedures. Efforts supported design-build construction of a new 16.2- mile east-west light rail transit line between Bethesda and New Carrollton in Maryland, including a total of 21 stations/platforms, along with 2 operations and maintenance facilities designed to meet LEED Silver certification requirements. The total project cost is approximately $3.3 billion. CEI Services for I-75 Widening from Harborview Road to Sumter Boulevard, FDOT, District One, Charlotte and Sarasota Counties, FL. Project administrator for the $73 million I-75 widening, responsible for all aspects of CEI services, including maintaining the required level of surveillance of contractor activities; interpreting plans, specifications, and special provisions for the construction contract; maintaining complete, accurate records of all activities and events relating to the project; and properly documenting all project changes. Work involved widening 15.5 miles of interstate to include four interchanges, widening of seven existing bridges, and deck replacement on an existing bridge. Bridge work involved concrete pile foundations, prestressed AASHTO Florida I-beams, and barrier wall construction. Work also included 1 mile of sound wall construction, asphalt paving, highway lighting, signing and ITS installation, signal installation, drainage pipe installations and pond construction. Of note, this project included environmentally sensitive work zones, complex MOT and detour operations, Brian Kelley Construction Manager 27P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP and coordination with adjacent road projects and with multiple jurisdictional agencies. Basin 101, Collier County, FL. Project manager of this 10-year project to replace water mains, wastewater lines, and storm sewer, along with reconstructing roadways in Naples Park. Prior experience includes: SR 84 (Davis Boulevard) from Santa Barbara Boulevard to Radio Road, FDOT, District One, Collier County, FL. Project administrator for this $10.4 million project that consisted of 1.4 miles of roadway widening to 6 lanes, including 28,000 linear feet of drainage curb and gutter, sidewalks, bike lane, lighting, guardrail, and sound wall. This contract was a full pay item contract. Rattlesnake Hammock Road from Polly Avenue to Collier Boulevard, Collier County, FL. CEI project administrator for this $24.3 million roadway improvements project that involved 2 miles of roadway widening to 6 lanes including curb and gutter, sidewalks, and a 10-foot shared pathway. The project also included the relocation of water and sewer mains, construction of 2,800 feet of box culvert, 947 feet of noise wall, and a new signal at the intersection with Collier Boulevard. SR 90 (US 41), Rattlesnake Hammock to Barefoot Williams Road, FDOT, District One, Collier County, FL. Office engineer responsible for the coordination of related construction activities; preparation of weekly project engineer reports, monthly and final pay estimates, and supplemental agreements and work orders; CQR data input; and maintenance of all log books. SR 90 (US 41), Rattlesnake Hammock to Airport Pulling Road, FDOT, District One, Collier County, FL. Roadway inspector responsible for coordination of related construction activities, maintaining density log book and field books, pipe inspection and testing, asphalt testing and inspection, concrete testing, soil testing, steel inspection, engineer menu data input, CQR data input, and assisting the project engineer in assembling final estimates. SR 951, Marco Bridge to New York Avenue, FDOT, District One, Collier County, FL. Roadway inspector responsible for resolution of utility conflicts, coordination of related construction activities, maintaining density log book and field books, preparation of weekly reports, pipe inspection and testing, asphalt testing and inspection, concrete testing, soil testing, and steel inspection. SR 84 (Davis Boulevard), Airport Road to County Barn Road, FDOT, District One, Collier County, FL. Roadway inspector responsible for maintaining density log book and field books, preparing daily reports, pipe inspection and testing, asphalt testing and inspection, concrete testing, soil testing, and steel inspection. I-75 Recreational Area, Mile Marker 70, FDOT, District One, Collier County, FL. Senior inspector responsible for supervision of inspectors, resolution of utility conflicts, coordination of related construction activities, maintenance of density log book and field books, preparation of weekly reports and monthly progress estimate, pipe inspection and testing, asphalt testing and inspection, concrete testing, soil testing, and steel inspection. SR 29, from 2 Miles South of I-75 to 5 Miles South of I-75, Collier County, FL. Inspector responsible for performing percolating test, including triple ring and open hole tests. Naples Production Park Utilities Improvements, Collier County, FL. Inspector responsible for supervision of inspectors, resolution of utility conflicts, coordination of related construction activities, maintenance of density log book and field books, preparation of weekly reports, pipe inspection and testing, concrete testing, soil testing, and steel inspection Brian Kelley 28P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Certifications ›Statewide Training Program for Florida Resident Compliance Specialist (RCS) ›RCS Payroll Monitoring Course ›EEO-DBE-OJT and Payroll Requirements Overview Course ›RCS’ Use of the EOR System Course ›LIMS Module Training Rose Gaines-Perkins has 23 years of administrative experience providing administrative support on construction engineering and inspection projects. She is knowledgeable about EEO requirements such as review of certified payrolls, wage compliance, and on-the-job training. In addition, she is adept at monitoring federal funded contracts to ensure compliance with the FDOT regulations by: ›Ensuring that contractors are providing on the job training. Maintaining training schedules and trainee progress. ›Interviewing employees, ensuring that their wages and deductions are in compliance with the U.S. Department of Labor. ›Reviewing payroll for accuracy and maintaining payroll log. ›Ensuring contractors are in compliance with the FDOT EEO/Affirmative Action Program by maintaining certifications and issuing non-compliance letters to contractors when necessary. Ms. Gaines-Perkins' experience includes: Oversight Compliance Specialist/RCS, Lee County Metropolitan Planning Organization Complete Streets Initiative, Lee County, FL. Compliance specialist Responsibilities included ensuring contract compliance with EEO affirmative action, and disadvantaged business enterprise usage requirements; on-the-job training; and federal wage rate provisions required by federal aid construction contracts and Florida statutes and reporting this information directly to the Federal Highway Administration (FHWA). This project is a TIGER grant to connect three major portions of Lee County: the Tour de Parks Loop, the University Loop, and the Bi-County Connector. Together, the three segments form a combined system for walking, bicycling, and transit facilities that connect major commercial, residential, and recreational facilities, providing commuters, tourists, and others the freedom to safely move around Lee County. Major construction activities included the construction of two single span pedestrian bridges, roadway widening and resurfacing, concrete and asphalt pathways, lighting and signalization. Prior experience includes: Oversight Compliance Specialist/RCS, FDOT, District One Districtwide Contract Compliance Specialist Contract, West FL. Oversight compliance specialist. Oversaw all Federal Aide compliance for Charlotte, Lee and Collier Counties, confirming adherence to federal requirements. Conducted site visits to perform in-depth document reviews, assist with agency employee training, and provide other assistance, as required. Also a resident compliance specialist for this contract, which involved ensuring contract compliance with EEO, affirmative action, and disadvantaged business enterprise usage requirements; on-the-job training; and federal wage rate provisions required by federal aid construction contracts and Florida statutes. Rose Gaines-Perkins Compliance 29P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›LET (DBE) Certifications ›American Concrete Institute (ACI) Concrete Field Level 1 ›ACI Aggregate Base Technician ›ACI Concrete Transportation Construction Inspector ›National Institute for Certification in Engineering Technologies (NICET) Level 1 - Soils ›NICET, Level 1 - Concrete ›NICET, Level 1 - Asphalt ›FDOT Information Management Module 2, Lims Laboratory ›CPN Nuclear Gauge Safety Course ›Humboldt Scientific Radiation Safety Officer ›FDOT Advanced MOT ›FDEP Erosion Control Inspector ›MSE Wall Inspector Course ›Auger Cast Pile Inspector CTQP Qualifications ›CTQP Earthwork Construction Inspector, Level 1 and 2 ›CTQP Asphalt Paving, Level 1 & 2 ›CTQP Final Estimates, Level 1 & 2 ›CTQP QC Manager ›CTQP Concrete Field Tech, Level 1 ›CTQP Drilled Shaft Inspection ›CTQP Qualified Sampler ›CTQP LBR Technician During his 26 years of industry experience, Mr. Lomski has developed exceptional project management skills that enable him to bring major projects in on time and within budget. He has earned professional certifications in numerous areas of work related to his specialization in construction services, including certifications from FDOT in inspection of earthwork, concrete, asphalt pavement, MSE walls, pile driving and drilled shaft operations, and maintenance of traffic installations. Mr. Lomski’s recent experience includes work on several roadway, bridge expansion, and resurfacing projects in southwest Florida for such clients including FDOT District One, Sarasota County, Charlotte County, and the City of North Port. Mr. Lomski's relevant experience includes: Construction Project Administrator, Charlotte Harbor Gateway, Charlotte County, FL. Served as the construction project administrator responsible for day-to-day communication with the contractor, the County, and FDOT on this $1.2 million LAP project. The project consisted of construction of a new park facility, along with associated infrastructure improvements. The project also included road and parking lot construction along US 41. Construction elements included stormwater drainage improvements, ADA compliant ramps, pond excavation, Type-B stabilization, lime rock base, curb and gutter, 8-foot wide sidewalks, sanitary sewer, water main, force main, street lighting, restroom facility construction, and landscaping with irrigation. Construction Project Manager, North/South Connector - Jacaranda Extension, City of Venice, FL. Construction project manager responsible for day-to-day communication with the contractor and the City on this $4.9 million project at the North/South Connector Jacaranda extension linking Laurel Road to Border Road in Sarasota County. The project consisted of construction of a new 2-lane road with provisions for a future 4-lane, 1.5-mile segment of roadway. The project also included road widening along Laurel Road, intersection reconstruction at Border Road, milling and resurfacing, and the installation of a new traffic pattern at the Border Road intersection. Construction elements included stormwater drainage improvements, ADA compliant ramps, pond excavation, Type-B stabilization, lime rock base, curb and gutter, 12-foot wide multi-use path, 5-foot-wide sidewalks, sanitary sewer, water main, force main, force main diversions, LED street lighting, and landscaping with irrigation. Construction Project Administrator, North Cattlemen Road Extension, Sarasota County, FL. Construction project administrator responsible for the construction aspects on this $22 million federally funded FDOT District One LAP project. Provided claims analysis support and was responsible for all materials certifications. This 4-lane, 2.75-mile extension of North Cattlemen Road, linking Fruitville Road to University Parkway, involved extensive coordination with FDOT District One LAP project coordinator and manager to ensure the requirements in the LAP agreement with FDOT were followed. The firm’s inspection responsibilities included coordination with contractors; processing shop drawings, Lonnie Lomski QA Testing 30P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP change orders, and pay requests; responding to requests for information; addressing citizen concerns, coordinating with stakeholders, and other interested parties; and monitoring construction contract compliance relating to EEO, DBE, OJT, and wages in accordance with FHWA- 1273, the Davis-Bacon Act, and in accordance with the LAP Agreement guidelines. Additional key features included over 450,000 cubic yards of embankment, over 600,000 cubic yards of excavation, seven lateral stormwater treatment bio-swales, a double 9-foot by 15-foot concrete box culvert, ADA-compliant sidewalks and ramps,and a 96-foot-long bridge utilizing 13 Florida I-45 beams. This project won the 2013 Florida’s Best in Construction LAP award, as well as the 2014 Florida APWA Public Works Project of the Year. Burnt Store Road, Bridge Over Alligator Creek, Charlotte County, FL. Senior inspector for this project that consisted of widening Burnt Store Road from a point 1,400 feet south of Notre Dame Boulevard to North Jones Loop Road (approximately 600 feet north of US 41) from a 2-lane to a 4-lane divided roadway. This 2.5-mile project included curb and gutter, sidewalks, major drainage improvements, intersection improvements on US 41, and City of Punta Gorda Utility relocation improvements. The project replaced the 140-feet in length and 87-feet wide bridge over Alligator Creek, which consisted of five bents with 51 piles. The piles were 18-inch square concrete and ranged in length from 115 to 121 feet. Responsible for the inspection and documentation for the bridge over Alligator Creek portion of the project. CEI Services, Orange Boulevard Bridge Replacement and Pavement Rehabilitation, Seminole County, FL. Senior inspector on this $584,000 federally funded District 5 ARRA LAP project. This project consisted of removal of the existing bridge and the construction of a new bridge with incidental improvements such as milling and resurfacing roadway surface, installation of impact attenuators, and placement of pavement markings. Prior experience included: Florida Construction Services Manager, Stantec, Sarasota, FL. As Florida construction services manager, responsible for the overall operations of the Florida Testing and Geotechnical Division, including construction materials specification compliance, QC of field and laboratory testing, supervision of eight to 12 field and laboratory technicians, project scheduling, project and client management and construction inspection. For 17 years provided construction inspection and materials testing on hundreds of projects including airport construction, transportation facilities, water treatment facilities, industrial developments, and residential subdivisions. Additionally, secured continuing services contracts with local municipalities and state agencies such as: ›FDOT District One – Laboratory Services ›Charlotte County, Florida – Annual Geotechnical and Construction Materials Testing Services Contract ›Sarasota County, Florida – Library of Services Contract, Geotechnical and Construction Testing ›City of North Port, Florida – Annual Geotechnical and Construction Materials Testing Services Contract ›Desoto County, Florida – Annual Geotechnical and Construction Materials Testing Services Contract Lonnie Lomski 31P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›Ph.D., Transportation Materials, University of Illinois ›M.S., Geotechnical Engineering, University of Illinois ›B.S., Civil Engineering, Universidad de Los Andes Registrations/licenses ›Professional Engineer Florida 70336, 2009 California 63736, 2002 Professional affiliations ›Transportation Research Board ›American Society of Civil Engineers ›American Concrete Pavement Association Manny Bejarano has 23 years of combined experience in the design, evaluation, rehabilitation, and construction of major infrastructure projects. Early in his career, he worked on large earth dam, oil field, and railroad projects in the areas of civil, geotechnical, and infrastructure engineering. Over the last 12 years, he has worked on major airfield paving projects worth more than $1 billion. His experience includes commercial and military runway, taxiway, and apron airport designs. Dr. Bejarano’s field of expertise is pavement design, construction, civil material characterization, soils engineering, infrastructure management, and forensic analysis. He has conducted detailed pavement evaluations and non-destructive testing analysis; supervised field explorations; analyzed field and laboratory data; and recommended design alternatives for new construction and rehabilitation of roads, ports, and airport pavements. His designs generally incorporate a sustainable approach by reusing existing pavement materials or improving the quality of the final product through modification of construction specifications with proven practices. Dr. Bejarano's assistance during construction has been instrumental by providing interpretation of details and requirements, supporting inspection staff, and evaluating end product for acceptance. Dr. Bejarano's experience includes: Continuing Professional Planning, Engineering, and Consulting Services, PNS, Pensacola, FL. Pavement engineer for this master agreement with the City of Pensacola for on-call planning, engineering, and architecture services at Pensacola International Airport. Projects completed under this master agreement include the cargo apron expansion, corporate apron rehabilitation, airport layout plan update, airport land use plan, and environmental assessment for the new MRO facility. Provided geotechnical scope, pavement design, pavement details and specifications, and construction support. New VT MAE Hangar, PNS, Pensacola, FL. Pavement engineer for the design and construction administration of this new MRO hangar facility. The project includes design of an approximately 175,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The facility will provide service to a mixture of B777, B757, and A320 aircraft. The design scope includes all architecture and engineering services required for the facility. The project is being constructed by the construction management-at-risk method, and the design phase includes regular coordination meetings and value engineering sessions. Provided geotechnical scope, pavement design, sensitivity analysis, pavement details and specifications, and construction support. Rehabilitation of Runway 9-27 and Cross-Taxiways, SAN, San Diego, CA. Pavement engineer for the reconstruction of the asphalt runway and several cross- taxiways. The construction of the 3-inch mill and overlay rehabilitation strategy will be conducted over several night-time closures. A fast-track concrete pavement Manny Bejarano, Ph.D., PE Pavement Engineering 32P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP construction is planned for the taxiways connecting to the runway. SAN is the busiest single-runway airport in the United States without alternative facilities to conduct runway improvements during daytime. Due to these restrictions, the construction plans need to anticipate any potential issues during construction and the life of the pavement. It was anticipated that the asphalt overlay will last another 10 years with minimum maintenance. The concrete mixture is planned to be a dense well-graded material to minimize maintenance issues associated with sliver spalls and surface finishing issues. The project is under design and will be delivered via a design-bid-build approach. The project was completed in Spring 2018. Taxiway K Rehabilitation, Philadelphia International Airport, Philadelphia, PA. Pavement engineer for the reconstruction and rehabilitation of the asphalt pavements. The asphalt pavements at Taxiway K are undergoing severe surface rutting due to instability of the surface asphalt layers. These unstable layers are required to be removed and replaced with a new concrete or asphalt pavement. Modifications to the standard P-401 asphalt specification were recommended if asphalt is used as the new surface for the taxiways. Terminal F Expansion, Dallas-Fort Worth International Airport, Dallas, TX. Pavement engineer for the design of the new concrete pavement apron. The new pavement was designed for the service of B-777-300, A380, and other wide-body aircraft. The pavement design considered the adverse condition of the existing expansive/sulfate bearing clayey soils. The new pavement includes a reinforced concrete on cement treated base on a lime stabilized subgrade. The project was delivered via design-bid-build approach and was completed in 2018. Long-Term Development Program, Louis Armstrong- New Orleans International Airport, New Orleans, LA. Pavement engineer for the entire airfield and roadway pavement infrastructure for the new north terminal complex. The new terminal apron and associated taxilanes, taxiways, and roadways are being constructed on soil conditions susceptible to significant settlement. Conducted an extensive characterization of the existing pavements and ground to develop designs for the new concrete pavements. Coordinated the pavement design activities with the geotechnical engineer responsible for the settlement mitigation approach. The project was delivered via construction manager-at-risk (CMAR) and is complete. Manny Bejarano, Ph.D., PE Runway 10R-28L Expansion, FLL, Fort Lauderdale, FL. Provided technical expertise for the preparation of pavement designs, details, and materials specifications for the construction of the south runway in concrete. Specific areas of attention included transition pavements at bridge structures, expected settlement and its effect on pavement and aircraft performance, and high-quality concrete. The P501 concrete specification was modified to include dense-graded mixes to minimize pavement maintenance issues during the life of the pavement. Provided technical consultancy during the construction of the runway by supporting the field inspection team with all aspects of pavement material mix designs and construction. Runway 18L-36R Reconstruction, Tulsa International Airport, Tulsa, OK. As design engineer, provided technical expertise for the construction of subgrade, cement- treated base, and Portland cement concrete pavement. Provided assistance to on-site inspection personnel on issues related to material submittals or construction procedures and conducted periodic site inspection. Prepared pavement investigation for the reconstruction of the runway intersection. Supervised field geotechnical and non-destructive testing, analyzed field data, and provided design recommendations for the reconstruction of the intersection. Rehabilitation of Taxiway S, Nashville International Airport, Nashville, TN. Provided several pavement design alternatives for the reconstruction of the existing asphalt pavement. The recommended alternative was to stabilize in-place the existing aggregate base with cement to provide a cement-treated base for the construction of the new asphalt pavement. The pavement analysis included a sustainability analysis to quantify the savings related to truck traffic and virgin material production. Provided modifications to the standard Federal Aviation Administration specifications to improve material performance and include some of the local paving practice. The pavement evaluation included visual inspection, non-destructive testing, and a geotechnical exploration and material testing. The project is being delivered via a design-bid-build approach. 33P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›B.C.E., Civil Engineering, Georgia Institute of Technology Registrations/licenses ›Professional Engineer Florida 60235, 2003 Professional affiliations ›Airports Council International, North America ›Florida Airports Council ›American Association of Airport Executives ›Airport Consultants Council Tom Roda is the manager for Atkins’ southeast aviation division. He has 22 years of experience working on aviation-related planning, engineering, and construction programs. During this time, he has had direct involvement in more than $10 billion worth of capital improvement projects at more than 40 different airports throughout the United States, Caribbean, and Middle East. Mr. Roda’s expertise includes the planning, design, and construction management of airport facilities, such as runways, taxiways, aprons, roadways, and buildings. Mr. Roda’s experience includes: Runway 9-27 Rehabilitation Design Services, LAL, Lakeland, FL. Project manager for pavement rehabilitation and strengthening of the runway. Atkins is currently providing full construction administration and inspection for the project. This includes project management, oversight, on-site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. New Intermodal Center, LAL, Lakeland, FL. Project manager for the planning and design of this $12 million mixed-use apron for future cargo and MRO operations. The project was conceived in an airport intermodal feasibility study, produced by Atkins, as a way to attract airport-related industry, resulting in additional revenue and technical jobs for the community. During the design phase, the project layout was modified multiple times to account for feedback from various tenants and available funding. The final layout included approximately 19,500 square yards of new concrete paving and 37,000 square yards of new asphalt paving. Atkins was responsible for the design of all project components and is currently providing construction administration services. Corporate Apron Rehabilitation, PNS, Pensacola, FL. Project manager and engineer-of-record for this $2 million project to rehabilitate the existing asphalt pavement on one of the airport’s general aviation aprons. The project included a review of various pavement repair methods, which concluded an asphalt mill and overlay was appropriate. Elimination of hot spot taxiway connector geometry and expansion of the apron for additional aircraft parking spaces was also included. New VT MAE Hangar, PNS, Pensacola, FL. Project manager and lead civil engineer for the design and construction administration of this new $46 million MRO hangar facility. The project included design of an approximately 175,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The facility can provide service to a mixture of B777, B757, and A320 aircraft. The design scope included all architecture and engineering services required for the facility. The project was constructed by CMAR, and the design phase included regular coordination meetings and value engineering sessions. Tom Roda, PE Airfield Engineering Support 34P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Long-Term Development Program, Louis Armstrong- New Orleans International Airport, New Orleans, LA. Lead airfield engineer for the design of a new estimated $1 billion north terminal complex. The new terminal will initially be constructed with 30 gates and is planned for expansion to 42 gates. The team was responsible for the design of all airfield components, including apron pavement, taxiway pavement, vehicle service roads, passenger boarding bridge layouts, marking, lighting, and signage. Coordination with various utilities and stormwater improvements was a key component. The design phase included regular coordination meetings and value engineering sessions with a CMAR. Cargo Apron Expansion, PNS, Pensacola, FL. Project manager and engineer-of-record for this $6.5 million project to rehabilitate and expand the existing cargo apron. The current cargo apron accommodates a single A320 or B757 aircraft and is in severe disrepair. The project included an alternative analysis to evaluate multiple methods of pavement repair and various aircraft layout that allow two additional parking positions. Airport Development Phase 1, King Abdulaziz International Airport, Jeddah, Saudi Arabia. Airside design manager for this estimated $7 billion design-build program to nearly double the capacity of the airport. Development included a new 46-gate passenger terminal building, associated airside and landside facilities, and multiple support buildings. Oversaw a design team of more than 30 engineers in six different offices responsible for all airfield-related site design components. Responsible for the design and coordination of 3.6 million square yards of airfield pavement and associated drainage. Oversaw the design of three new terminal aprons, all new taxiways, the new air traffic control tower site, the main rescue and firefighting facility site, and the automated people mover maintenance facility site. All designs were required to be compliant with FAA and International Civil Aviation Organization standards. Coordination with multiple design teams, in various offices around the world, working on the various components of the project was critical to the success of the project. Expansion of Runway 10R-28L, FLL, Fort Lauderdale, FL. QC manager for this estimated $800 million program to construct a new runway at this large hub commercial service airport. The project included demolition of the existing 5,200-foot-long runway and construction of a new 8,000-foot-long runway and associated taxiway system. The runway and parallel taxiway each include a bridge Tom Roda, PE structure that spans a train line and all six lanes of highway US 1. Reconfiguration of the airport midfield complex, including construction of dual parallel taxiways and multiple remote overnight aprons, was also included. The airfield work was bid in two separate bid packages, whereas the bridges and roadway modifications were constructed via a separate design criteria package. Responsible for the development, administration, and coordination of the design consultant QC program, including training, review checks, progress reviews, design workshops, and quality audits for all components of the work. This required coordination and review of all work produced internally and by more than a dozen subconsultant partners. Construction Management for Taxiways Rehabilitation Phase 1, St. Pete-Clearwater International Airport, Clearwater, FL. Project manager for the construction management of this $14.5 million project to rehabilitate multiple taxiways at this commercial service airport. The project includes pavement repairs and electrical upgrades. Atkins is responsible for construction observation and inspection. Runway 17-35 Pavement Rehabilitation, Bob Sikes Airport, Crestview, FL. Project manager and engineer-of- record for this $7 million project to rehabilitate the existing 8,000-foot by 150-foot runway pavement. The project included variable depth asphalt milling, asphalt overlay, pavement reconstruction, crack repair, marking, signage, and airfield lighting improvements. Responsible for airfield design and project management throughout the project. Developed a comprehensive phasing program to construct the improvements in two bid packages consisting of multiple phases due to limited available funding. Tenant coordination was also a key component of the project to keep the airport operational while working on the airport's only runway. Rehabilitation of Runway 4-22, Winter Haven Municipal Airport, Winter Haven, FL. Project manager for this $1.7 million project involving the rehabilitation and redesignation of a 100-foot by 5,000-foot asphalt runway and installation of a new runway lighting system. 35P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›Undergraduate Studies, University of Central Florida Professional affiliations ›AACE International Software ›MCACES-MII ›PACES ›PC-Cost ›RS Means On-Line ›Primavera ›Microsoft® Project ›On-Screen Take-Off ›Bid Tabs Professional ›FDOT Long Range Estimating and Transport Computer Estimating Systems Barry Barnes, a chief estimator/scheduler, has over 40 years of experience providing cost estimating and scheduling. His background includes preparing quantity estimates, monitoring construction progress, and inspecting bridge and roadway construction for compliance with established designs and specifications. He also has expertise in change order estimates for construction projects. Mr. Barnes developed a parametric cost-per-mile estimating method that has been implemented for several clients. In addition, Mr. Barnes has also provided quantity takeoffs and pricing for all Atkins services, where he has prepared estimates and schedules for airports, highways and bridges, military bases, buildings, water and wastewater treatment plants, utilities, sanitary landfills and toll plazas. Many of these estimates utilize the bottom-up pricing method with MCACES and RS Means software, which requires detailed crew, equipment and material estimating. Mr. Barnes’ experience includes: Orlando-Orange County Expressway Authority, Orlando, FL. Provided CEI work, as well as the preparation of construction estimates, on the following projects: ›SR 528 Orlando International Airport Interchanges, Boggy Creek Road to SR 436 ›SR 408 Toll Facilities, Western Extension, Holland East-West Expressway ›SR 408 Conway Road Interchange Improvements and Toll Plaza Construction ›Annual OOCEA System-Wide Roadway and Toll Plaza Condition Inspection Airport Interchange Bee Line Expressway Improvements, OOCEA, Orlando, FL. Mr. Barnes' additional project experience with OOCEA included 5 years as an assistant construction inspector. This OOCEA project involved construction of a major interchange to serve the new Orlando International Airport terminal and more than 3 miles of 4- and 6-lane, limited-access roadway. Also included was construction of six bridges, the longest of which was 116 feet in length. Greater Orlando Aviation Authority, Orlando, FL. Numerous estimates for access roadways, drainage improvements, runway and taxiway work at Orlando International Airport and Orlando Executive Airport. Hartsfield–Jackson Atlanta International Airport. International terminal access roads and parking. SEF, Sebring, FL. Commercial industrial park development, hangers and incubator business park, access roads, utilities and racetrack improvements. FLL. Estimate for a new runway. Hampton Roads Transit, Hampton Roads, VA. Quantity take-offs and cost estimating for the Norfolk Light Rail Transit project. Central Florida Regional Transportation Authority, Orlando, FL. A number of conceptual cost estimates for the Lynx light rail system study. Barry Barnes Cost Estimating 36P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›M.S., Construction Management, Florida International University ›B.S., Civil Engineering, Nagarjuna University Certifications ›Certified Estimating Professional (CEP), AACE International Certificate No. 059, 2008 ›Value Methodology Associate (VMA), SAVE International, Certificate No. 200905033, 2009 ›LEED AP, USGBC, 2009 Professional affiliations ›SAVE International, AACE International Praveen Ommi has 24 years of experience providing project control services for a variety of building, transportation, civil, and marine projects. Mr. Ommi has strong expertise in the use of scheduling and estimating software, including Micro-Computer-Aided Cost Engineering Systems (MCACES/MII), Primavera, and Microsoft Project. His project experience includes developing schedules and cost estimates from the conceptual stages of a project through final design; participating in value engineering studies, bid analysis, site adaptation, and guaranteed maximum price cost reviews; negotiating with contractors; and reviewing pay applications and change orders for cost and time extensions for various types of projects. Mr. Ommi's experience includes: Air Traffic Control Tower, Kissimmee Gateway Airport, Kissimmee, FL. Lead cost estimator for the FAA contract tower program. Atkins provided design services of an 83-foot-tall, 3-position control tower to be located in the southeast quadrant of the airport. A new airfield lighting vault will be co-located with the control tower to include redundant emergency power sufficient to provide full back-up power to the control tower and aircraft lighting system. Hangar Studies, FMY, Fort Myers, FL. Lead cost estimator for architecture- engineering (A-E) design services for multiple studies through schematic design of general aviation hangars locations and buildings of 24,000 square feet in size. Analysis included building core requirements, setbacks, operational clearances, and preliminary cost estimates. Greater Orlando Airport Authority Continuing Cost Estimating Services, Orlando, FL. Project manager providing cost estimating and project controls services. Assignments have included developing planning and budgeting stage cost estimating services for various land- and airside site/civil, operational facilities, access roads, and terminal improvement projects totaling more than $60 million in construction costs. Collier County CAT Transportation Center, Naples, FL. Lead cost estimator through A-E design services for the $3.8 million renovation of existing administration and maintenance facilities and the new construction of a bus wash facility, a fuel station facility, and a fares collection room. The renovation of the administration facility consisted of ADA improvements to restrooms, stairs, and ramps, as well as the addition of a new elevator for access to the second floor. Central Receiving and Distribution Center (CRDC) at Airport Logistics Facility, Tampa International Airport, Tampa, FL. Lead cost estimator for this new $7.4 million CRDC. Responsibilities included final design, quality control, bidding, team coordination with consulting engineers; coordinating final permitting; and construction administration with owner, general contractor, and consulting engineers. Project design included a pre-engineered metal building housing the CRDC at 20,160 square feet and the 40,000-square-foot shell building for future expansion of the CRDC. Air Traffic Control Tower, LAL, Lakeland, FL. Lead cost estimator for the FAA contract tower program. Atkins provided A-E services for the design-bid-build of Praveen Ommi, CEP, VMA, LEED AP Scheduling 37P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a new air traffic control tower at LAL. Services include programming, conceptual through final design, bidding support, and construction administration. Additional services have included preparation of an FAA airspace application and filing of Federal Communications Commission applications and Forms 854 and 601 to obtain communication frequencies. The tower was designed to comply with all state and local codes and regulations, as well as FAA contract tower guidelines. Other aviation projects include: Hartsfield-Jackson Development Program, Atlanta, GA ›Non-licensed vehicle tunnel, cost estimate development ›Taxiways W and Z, Cost Estimate Development ›Maynard Holbrook Jackson International Terminal, Cost Estimate Development ›5th Runway, Cost Estimate Development Miami International Airport, Miami, FL ›American Airlines Admirals Club, Renovations ›Midfield Area, Expansion Paving and Drainage ›Interim Commuter Terminal Air Force Bases, Federal ›Fort Wayne Indiana, Aircraft Shelters, Fort Wayne, Indiana ›Moody Air Force Base, Hangar, Georgia ›MacDill Air Force Base, Hangar, Florida ›Homestead Air Force Base, Various Projects, Florida Palm Beach International Airport, Palm Beach County, FL ›Administration and Communications Facility, Cost Estimate Other aviation projects ›Aruba Airport, Terminal Expansion, Aruba ›FLL, Access Roads Improvements, Florida ›Henderson Executive Airport, Improvements (Civil), Nevada ›Winter Haven Regional Airport, New Terminal, Florida ›Sarasota Bradenton International Airport, Checkpoint Expansion, Florida Praveen Ommi, CEP, VMA, LEED AP Estonia-Norway, EA, PC, and DD 1391 U.S. Army Corps of Engineers (USACE), Europe. Lead cost estimator. Developed parametric DD 1391 cost estimates for six projects in Estonia and Norway. These complex projects required extensive coordination with the host nations, USACE officials, and local firms. Fueling systems, airfield pavement, and aircraft-ready shelters for M35s and NATO aircraft. Cost estimates had to account for extreme cold weather and climate conditions. Lead Louisiana Highway 1 (LA 1) Connector Value Engineering (VE) Study, Louisiana Department of Transportation, Baton Rouge, LA. Team leader. The scope of the project includes the development of a connector route between LA 1 and Interstate Highway 10 west of the Mississippi River in West Baton Rouge Parish. The connector roadway will include an additional four-lane bridge over the Intracoastal Waterway. At the time of the VE study, the construction documents being developed by the design team were at the 95 percent preliminary stage, even as work was under way to update it to the 100 percent preliminary level of completion. The construction cost estimate at this stage of design indicated it would be delivered at a cost of approximately $115 million. During the VE workshop, the team developed 23 alternatives and 12 design suggestions. In addition, 17 alternatives were thoroughly explored, and it was determined they were neither cost effective nor technically feasible. Project Controls Services, Metropolitan Transit Authority of Harris County, Houston, TX. Principal- in-charge responsible for oversight of project controls services, including scheduling and cost estimating, for a multi-year task assignment on this 19.6-mile design-build light rail transit project with a value of $1.57 billion. All Atkins staff and subconsultants were located in Metro offices and served as an extension of Metro project controls staff for the project duration. 38P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›Atkins Education ›M.S., Construction Management, Florida International University, 1996 ›M.B.A., Business Administration, Instituto de Alta Direccion Empresarial, 1993 ›B.S., Mechanical Engineering, Universidad de los Andes, 1987 Certifications ›Project Management Professional, Project Management Institute, 55782, 2002 ›Planning and Scheduling Professional, AACE International, Certificate No. 22746, 2012 Professional affiliations ›Project Management Institute Software ›Primavera ›Project Planner (P3, P5, P6) ›SureTrak ›Microsoft® Project Diego Clavijo has 33 years of experience in project management, program management, project controls, construction administration, and construction claims/litigation. For the past 17 years, he has successfully managed professional services teams and contracts in support of capital improvement programs with multiple public entities such as: City of Miami, Miami-Dade County Public Schools, School Board of Broward County, Florida Department of Transportation, District Four and Miami-Dade Water & Sewer. Mr. Clavijo has experience in, and a thorough understanding of, processes and tools related to the successful delivery of CIPs including work program scheduling and programming, program management, project controls, project portfolio analysis, funding allocation, risk analysis, databases integration, and web reporting. He has also participated in construction litigation cases as an expert consultant in the areas of CPM delay analysis and damages calculation. Mr. Clavijo experience includes: Capital Program Support Services (CPSS) for the CIP, City of Miami, FL. Officer-in-charge and program coordinator for the Atkins’ multidisciplinary team that supports the City’s CIP executives and project managers in the delivery of its multiyear capital plan encompassing more than 300 projects valued over $550 million. Coordinated and oversaw the execution of more than 140 work orders to provide that acting as City’s extension of staff provide support in the areas of cost estimating, capital program scheduling, job order contracting management (JOC), construction scheduling, capital projects budgeting, and design management for vertical and horizontal projects. He has also overseen and in some instance been the technical lead for specialty services for tasks such as forensic investigation, CIP processes and procedures manual, project portfolio analysis, constructability reviews, value engineering and claims analysis. Professional Cost Estimating and Scheduling Services, Miami-Dade Water & Sewer (WASD), FL. Project manager for the Task Authorization No. 1 consisting of the development of the Overall Program Schedule (OPS) in Primavera Scheduling platform for WASD’s $13 billion multi-year capital program. Managed an on-site team of project controls professionals in the areas of program scheduling, cost estimating, cost engineering, and computer programming. Responsibilities included client’s point of contact; overseeing the work efforts of technical staff; communication and coordination with client’s planning, engineering, construction and financial divisions; quality assurance of deliverables; and performing contract administration duties invoicing and progress reporting. Notable efforts included the development of cost loaded schedules in Primavera P6 for over 600 projects to forecast the multiyear capital program cash flow expenditures, and the development of a prioritization criteria. General Consultant Districtwide Scheduling and Support Services, FDOT, Fort Lauderdale, FL. Project manager for the joint Atkins/FDOT scheduling and support services team, where he is in charge of contract management, staffing, Diego Clavijo, PMP, PSP Claims Support 39P100069341.AA.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP and coordinating and executing work orders. For the past 10 years, Atkins has assisted FDOT’s Program Management Office with production management processes for the 5-Year Work Program. As an extension of FDOT staff, Atkins has provided on-site and off-site support services consisting of program management scheduling, website development, database administration and development, and GIS development and maintenance. We also provide support in areas of contract administration, LAP support, ITS, and risk analysis. Using state-of-the-art scheduling software, Primavera P6, Atkins program controls professionals developed and implemented the District’s work program schedule, which is being used to track more than 400 projects in the FDOT 5-Year Program. Atkins has a group of eight full-time program controls and software programming professionals assisting the District in the delivery, control, and reporting of its work program. Construction Claim Analysis, Pinellas Suncoast Transit Authority, Pinellas County, FL. Construction claims expert who worked with Atkins’ forensic team in the preparation of a detailed cost estimate to establish construction damages of $5.2 million for the removal and replacement of the failing pavement. Also prepared a CPM schedule in Primavera to establish the project sequencing and construction project duration of 18 months. This case was settled in favor of the plaintiff prior to trial. Atkins was retained by Pinellas Suncoast Transit Authority (PSTA), plaintiff, to provide mediation and litigation support in a case related to concrete pavement failure at PSTA’s new bus facility. This project consisted of reconstruction of 539,000 square feet of Portland cement pavements, security upgrades, and related work (drainage structures, curbs, and lighting). Cost Estimating and Scheduling Services, Florida International University, Miami, FL. Project manager for this cost estimating and scheduling contract in support of the university’s Facilities Management Department. Support tasks performed under this contract included forensic investigation of curtainwall systems at the Recreation Center, conceptual cost estimate for underground utilities in preparation for the University’s 5- and 10-year work program for expansion of the Medical Campus, and cost estimating for final guaranteed maximum price (GMP) negotiations for the Health Network Center at PG5. M-DCPS Claims Consulting Services, Miami-Dade County, FL. Senior claims consultant providing claims consulting services to M-DCPS for multiple school construction projects. Work included change orders review, time impact analysis, errors and omissions assessments, contract compliance analysis, and claims negotiations support. Also provided expert analysis of construction claims and has worked with M-DCPS CIP staff and Office of Capital Construction Compliance and the Board Attorney’s Office as well as outside counsel to successfully defend contractor and surety claims against M-DCPS. Performed detailed cost/damages analysis, CPM schedule analysis, and construction deficiencies analysis and has provided litigation support in arbitrations, mediations, and trials. Claims tasks included contractor’s request for equitable adjustments, contractor’s delay claims, contractor’s change orders reviews due to change in scope and/or unforeseen conditions, contractor’s request for escalation costs, and contractor’s claim for wrongful termination, among others. Claims experience includes such delivery methods as design-bid-build, design-build, and CMAR ranging from $50,000 to $8 million. Diego Clavijo, PMP, PSP 40P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm ›E.F. Gaines Education ›A.A., University of Florida ›Coursework in Surveying, University of Florida ›Coursework in Geography, University of South Florida Registrations/licenses ›Professional Surveyor and Mapper Florida 4576, 1988 Professional affiliations ›Florida Surveying and Mapping Society Elizabeth Gaines has more than 30 years of experience in boundary, hydrographic, topographic, and construction surveys, with the last 22 years managing business, personnel, and projects. She has supervised multiple field crews and survey technicians. She has been in responsible charge (division manager) of survey operations for a regional office of an Engineering News-Record Top 500 design engineering firm. In 2001, Ms. Gaines established E.F. Gaines and serves as its president. Ms. Gaines’ professional experience includes managing a wide variety of surveying projects throughout southwest Florida. She has performed boundary, topographic, route, mean high water, and erosion control line surveys; prepared subdivision plats and condominium exhibits; coordinated construction layouts; and performed GIS support services. The types of projects she has provided these services for include roadway and utility design projects; projects involving designs for schools, parks, municipal buildings, and airports; residential and golf course communities; and stormwater management maps and property appraisal maps (GIS projects). Ms. Gaines’ experience includes: Continuing Contract, Naples Municipal Airport, Naples, FL. Provided topographic surveys for the following design projects: Runway 14-32 Drainage Improvements, New Taxilane F, Tower Drive Drainage Modifications, Taxiway D Extension, and Taxiway A Run-Up Apron. Rodeo Drive and Airport Property Map, LaBelle Municipal Airport (X14), LaBelle, FL. Provided topographic surveying for the Rodeo Drive improvement at X14. Provided Exhibit A airport property map for X14. Runway 13-31 and T-Hangar Taxilane, Arcadia Municipal Airport (X06), Arcadia, FL. Provided topographic surveying for the turf Runway 13-31 (3,100 linear feet) drainage improvement design and T-hangar taxilane rehabilitation at X06. GIS Electronic Airport Layout Plan (eALP), Punta Gorda Airport, Punta Gorda, FL. Provided ground surveying to assist client with preparing a GIS eALP. Provided surveyed locations of photo ID points, navigational aids, runway ends, thresholds, and runway profiles. Aircraft Rescue and Firefighting Facility, Parallel Runway, and Florida Power & Light (FPL) Relocation, RSW, Fort Myers, FL. Provided surveying services for the location of 40 miles of ribboned wetland lines, 37 sets of water level nails, and 37,000 linear feet of topographic transect lines. Provided topographic surveying for the areas within the existing and proposed FPL easement alignments. Provided legal descriptions for easement acquisition. Perimeter Road, FMY, Lee County, FL. Provided topographic surveying of a proposed 14,470-linear-foot perimeter roadway corridor. Elizabeth Gaines, PSM Surveying P69341 / WH / 2020 Evaluation Criteria No. 2: Past Performance Evaluation Criteria No. 2: Past Performance 41P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Evaluation Criteria No. 2: Past Performance Atkins has been a trusted advisor to our airport clients for 60 years, including 41 of the top 50 airports in the United States. Our depth of experience has taught us the value of quality, responsive service to our clients and given us the necessary skills to manage a wide variety of assignments. Atkins has served the County since 1989 and supported its airport projects from 2015 to 2020. This local experience gives Atkins an unmatched understanding of the airport and surrounding area. For Atkins, past success is an indication of future performance. As demonstrated in the projects highlighted in this section, Atkins has worked with numerous airports throughout Florida (Figure 3) and across the country. The best record of our clients’ satisfaction is what they have to say about how we served their needs. We invite you to contact the clients listed in this section to inquire about Atkins’ performance, reputation, professional integrity, and competence. The Atkins projects featured in this section best represent our professional team’s past experience with projects similar in size, type, scope, and complexity, including similar projects constructed within the last 5 years in proximity to the proposed project. As requested, we have included at least three completed Reference Questionnaires from clients whose projects are of a similar nature to this solicitation. In addition, Table 2 on the following page demonstrates the experience the team members proposed on this project have together on the projects presented. Additionally, our team has similar experience with all project scope elements, as demonstrated in Table 1 on page 9. Minimization of change orders Change management is an important part of a project manager’s role. Effective change management will reduce project delays by ensuring proactive communication with all stakeholders to reach an ultimate agreed-upon solution. Atkins understands how important this process is in the overall success of a project. Commercial Service - Large Commercial Service - Small/Medium General Aviation Military P65526.WH.2019 Mayport NASPeter Prince Destin NorthwestFlorida Bob Sikes Patrick AFB Whiting Field Pensacola Panama City-Bay County Leesburg Sanford Melbourne Winter HavenLakeland Sebring Treasure Coast Ft. LauderdaleFt. Myers Sarasota-BradentonVenice Page Field Naples Marco IslandEverglades Immokalee St. Pete-Clearwater Miami TampaMacDill AFB KissimmeeOrlando Figure 3. Atkins’ Florida aviation experience During stakeholder coordination and review, events may occur or issues may arise that are a change from what was included in the original scope. While strong and focused project management and project controls will minimize changes, it is still likely a change may occur during the project. Strong project controls will assist in identifying change early, allowing more time and opportunity to mitigate the issue. The following steps will help keep projects on track when change occurs: 1. Identify the change—specifically what has changed and why 2. Analyze the effects of the change to the schedule, budget, and/or work plan 3. Determine the impacts and develop a strategy to cost-effectively respond 4. Coordinate with the client early in the process to ensure the strategy developed addresses the change and the client wants to move forward 5. Revise the schedule, budget, and/or work plan accordingly and monitor progress Table 4 on page 64 includes a sample of similar projects, along with change order history for each. 42P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Relevant Atkins projects Key Atkins team members 1. Collier County Airport Authority On-Call Services2. MKY New Terminal, Apron Expansion, and Taxiway Improvements3. SEF Terminal Apron Rehabilitation4. LAL New Intermodal Center5. LAL Design and CEI Services for Rehabilitation and Strengthening of Runway 9-276. PNS Cargo Apron Expansion7. PNS Corporate Apron Rehabilitation8. PNE Runway 6-24 Rehabilitation9. CEI for I-75 Widening from Harborview Road to Sumter Boulevard10. CEI/Related Services for US 41 and SR/CR 951 Improvements and Resurfacing/RestorationDarin Larson, PE, LEED APPrincipal-in-charge ●●●●●● Kevin McCauley, PEProject manager ●●●●●●● Michael Ryan, PE, PMPQuality manager ●●●● Antroy SingletonLead resident project representative ●● Tomasz TrebaczResident project representative ●● Brian KellyConstruction manager ●● Rose Gaines-PerkinsCompliance specialist ●●● Lonnie LomskiQuality assurance testing Manny Bejarano, Ph.D., PEPavement engineering ●●●●●●●● Tom Roda, PEAirfield engineering support ●●●●●●●● Barry BarnesCost estimating ●● Praveen Ommi, CEP, VMA, LEED AP Scheduling ●●● Diego Clavijo, PMP, PSP Claims support ● Elizabeth Gaines, PSM Surveying Table 2. Proposed team members’ experience working together on similar projects 43P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Reference Questionnaire Solicitation: RPS No. 20-7726: CEI Services for Immokalee Airport Runway 18-36, Taxiway C Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very 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 LAL Design and CEI Services for Rehabilitation and Strengthening of Runway 9-27 June 2019–May 2020 (design and construction) $28 million (construction)Approximately 335 calendar days 10 10 10 10 10 10 10 10 10 10 100 Kevin McCauley,PE;Thomas Roda,PE;Antroy Singleton Eugene Conrad III,CM,Airport Director City of Lakeland/Lakeland Linder International Airport (LAL) gene.conrad@lakelandgov.net 863.834.3274 863.834.3298 44P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 45P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Reference Questionnaire Solicitation: RPS No. 20-7726: CEI Services for Immokalee Airport Runway 18-36, Taxiway C Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very 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 CEI for I-75 Widening from Harborview Road to Sumter Boulevard,Charlotte and Sarasota Counties,FL August 2015–January 2018 $73 million (construction)Approximately 884 calendar days 10 10 10 10 9 10 9 9 10 10 97 Michael Ryan,PE,PMP Marléna Gore,CPM,Project Manager FDOT District One marlena.gore@dot.state.fl.us Not applicable 941.749.3500 46P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 5HIHUHQFH4XHVWLRQQDLUH  6ROLFLWDWLRQ  5HIHUHQFH4XHVWLRQQDLUHIRU   1DPHRI&RPSDQ\5HTXHVWLQJ5HIHUHQFH,QIRUPDWLRQ    1DPHRI,QGLYLGXDOV5HTXHVWLQJ5HIHUHQFH,QIRUPDWLRQ   1DPH (YDOXDWRUFRPSOHWLQJUHIHUHQFHTXHVWLRQQDLUH   &RPSDQ\ (YDOXDWRU¶V&RPSDQ\FRPSOHWLQJUHIHUHQFH   (PDLO)$;7HOHSKRQH  &ROOLHU&RXQW\KDVLPSOHPHQWHGDSURFHVVWKDWFROOHFWVUHIHUHQFHLQIRUPDWLRQRQILUPVDQGWKHLUNH\SHUVRQQHOWREH XVHGLQWKHVHOHFWLRQRIILUPVWRSHUIRUPWKLVSURMHFW7KH1DPHRIWKH&RPSDQ\OLVWHGLQWKH6XEMHFWDERYHKDVOLVWHG \RXDVDFOLHQWIRUZKLFKWKH\KDYHSUHYLRXVO\SHUIRUPHGZRUN3OHDVHFRPSOHWHWKHVXUYH\3OHDVHUDWHHDFKFULWHULDWR WKHEHVWRI\RXUNQRZOHGJHRQDVFDOHRIWRZLWKUHSUHVHQWLQJWKDW\RXZHUHYHU\VDWLVLIHG DQGZRXOGKLUHWKH ILUPLQGLYLGXDODJDLQ DQGUHSUHVHQWLQJWKDW\RXZHUHYHU\XQVDWLVILHG DQGZRXOGQHYHUKLUHWKHILUPLQGLYGLXDO DJDLQ ,I\RXGRQRWKDYHVXIILFLHQWNQRZOHGJHRISDVWSHUIRUPDQFHLQDSDUWLFXODUDUHDOHDYHLWEODQNDQGWKHLWHPRU IRUPZLOOEHVFRUHG³´  3URMHFW'HVFULSWLRQBBBBBBBBBBBBBBBBBBBBBBBBBBB  &RPSOHWLRQ'DWHBBBBBBBBBBBBBBBBBBBBBBBBBBBBB 3URMHFW%XGJHWBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB 3URMHFW1XPEHURI'D\VBBBBBBBBBBBBBBBBBBBBBBB  ,WHP&LWHULD6FRUH  $ELOLW\WRPDQDJHWKHSURMHFWFRVWV PLQLPL]HFKDQJHRUGHUVWRVFRSH     $ELOLW\WRPDLQWDLQSURMHFWVFKHGXOH FRPSOHWHRQWLPHRUHDUO\     4XDOLW\RIZRUN    4XDOLW\RIFRQVXOWDWLYHDGYLFHSURYLGHGRQWKHSURMHFW    3URIHVVLRQDOLVPDQGDELOLW\WRPDQDJHSHUVRQQHO    3URMHFWDGPLQLVWUDWLRQ FRPSOHWHGGRFXPHQWVILQDOLQYRLFHILQDOSURGXFWWXUQRYHU LQYRLFHVPDQXDOVRUJRLQJIRUZDUGGRFXPHQWDWLRQHWF     $ELOLW\WRYHUEDOO\FRPPXQLFDWHDQGGRFXPHQWLQIRUPDWLRQFOHDUO\DQGVXFFLQFWO\    $ELOWLW\WRPDQDJHULVNVDQGXQH[SHFWHGSURMHFWFLUFXPVWDQFHV    $ELOLW\WRIROORZFRQWUDFWGRFXPHQWVSROLFLHVSURFHGXUHVUXOHVUHJXODWLRQVHWF    2YHUDOOFRPIRUWOHYHOZLWKKLULQJWKHFRPSDQ\LQWKHIXWXUH FXVWRPHUVDWLVIDFWLRQ    727$/6&25(2)$//,7(06 Thomas Roda, PE San Diego International Airport Runway 9-27 Rehabilitation August 2016–August 2018 (design and construction) $13 million (construction)Approximately 730 calendar days 9 10 9 9 10 10 9 9 10 10 95 Atkins Michael Tilley, PE, Program Manager San Diego County Regional Airport Authority mtilley@san.org N/A 619.400.2624 RPS No. 19-7558: Design Services for IMM Runway Rehabilitation and Taxiway Extension Projects RPS No. 19-7567: Design Services for Everglades Airpark Runway Rehabilitation 47P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Reference Questionnaire Solicitation: RPS No. 20-7726: CEI Services for Immokalee Airport Runway 18-36, Taxiway C Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very 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 CEI and Related Services for US 41 and SR/CR 951 Intersection Improvements and 3R Improvements to SR 951, Collier County,FL December 2013–January 2016 $20.7 million (construction)Approximately 761 calendar days 10 9 9 9 9 10 10 10 9 9 94 Brian Kelley Steve Ritter Collier County steve.ritter@colliercountyfl.gov Not applicable 239.580.8593 48P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Thomas Roda, PE, Kevin McCauley, PE 49P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 1. LAL Design and CEI Services for Rehabilitation and Strengthening of Runway 9-27 Lakeland, FL LAL is a public airport located in Lakeland, Florida, owned and operated by the City of Lakeland. Runway 9-27 is 8,499 feet long by 150 feet wide and serves as the primary runway at LAL. In 2015, the FDOT pavement management report documented that the majority of the runway pavement was in fair condition and would need rehabilitation in the next 5–10 years. In 2018, as part of the airport master plan update, the FAA approved a new aircraft activity forecast that included a substantial increase in large aircraft traffic for cargo and/or MRO operations. In 2019, LAL announced an agreement with a new cargo tenant anticipated to bring multiple B767 aircraft per day and occasional B737 aircraft to the airport starting in 2020. These increases in the size and frequency of aircraft operations required the runway pavement to be strengthened to meet the forecasted demand. Geotechnical data indicated that the existing runway averaged 3 inches of asphalt compared to the 9 inches of combined surface and base course asphalt required by FAA standards. Several alternatives were evaluated for pavement design, including full-depth reconstruction and asphalt mill and overlay. Ultimately, it was determined to remove the existing asphalt, rework the base to proper elevation, and pave the 9 inches of asphalt. Between the impacts to the profile grades and the size increase of aircraft, all the northern connector taxiways (A1, A2, A3, A4, B, and C) needed to be upgraded to accommodate Airplane Design Group IV (TDG V) aircraft. During analysis of the connector taxiways, it was discovered the existing A4 and A5 did not meet current FAA criteria and would need to be demolished during this project. To help maintain access on and off the runway, a new Taxiway A3 would be added to replace the loss of the existing A3, A4, and A5. In addition, the lease with the cargo tenant required upgrade of the ILS to a special authorization Category II by May 2020 and Category III by October 2021. These upgrades are being designed by Atkins as part of separate projects. However, the infrastructure for the Category III ILS within the runway pavement was included as part of the runway rehabilitation to avoid duplicate future work. Due to a signed lease with a major cargo tenant, the airport required the runway to be completed on a very aggressive schedule. The City selected Atkins to provide a design for the pavement rehabilitation and strengthening of the runway in June 2019. Atkins was immediately tasked with developing a schedule to complete design and construction by May 2020. Atkins is providing full construction administration and inspection for the project. This includes project management, oversight, on- site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. Relevancy ›Local Florida experience ›General aviation experience ›Runway rehabilitation ›Pavement engineering ›Pavement markings ›Design specifications ›Airfield pavements ›Airfield geometry ›Airfield lighting and signage ›Alternatives analysis ›Construction phasing ›Construction details ›Cost estimating ›Willingness to meet schedules ›Stormwater management ›FAA AIP funding ›FAA standards ›FDOT funding ›NAVAIDs ›Cost-effective solutions ›Responsive service Reference Eugene Conrad III, CM Airport Director City of Lakeland/LAL gene.conrad@lakelandgov.net Phone: 863.834.3298 Fax: 863.834.3274 Completion date June 2019–May 2020 (design and construction) Project budget $28 million (construction) Project number of days Approximately 335 calendar days 50P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 2. PNS Corporate Apron Rehabilitation Pensacola, FL The corporate apron at PNS supports the daily general aviation activities of multiple tenants, including the airport’s fixed-based operator. The apron was originally constructed in 1997 and was showing significant signs of environmental-related deterioration, including raveling and cracking. These failures became a safety concern by creating the potential for foreign object debris and warranted repair. Atkins reviewed various pavement repair methods to address the failures and ultimately concluded an asphalt mill and overlay was appropriate. The project also addressed changes to FAA geometric standards by relocating one connector taxiway, widening another connector taxiway, and reorganizing the aircraft tiedown parking locations. Atkins provided full design, bid, and construction phase services. This included project management, oversight, on-site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. Relevancy ›Local Florida experience ›Airfield pavements ›Airfield geometry ›Stormwater management ›Pavement markings ›Airfield lighting and signage ›Construction phasing ›FAA AIP funding ›FDOT funding Reference Daniel Flynn, CM Airport Director City of Pensacola/PNS dflynn@cityofpensacola.com Phone: 850.436.5000 Fax: 850.436.5006 Completion date June 2017–April 2019 (design and construction) Project budget $2 million (construction) Project number of days Approximately 669 calendar days 51P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 3 CEI for I-75 Widening from Harborview Road to Sumter Boulevard Charlotte and Sarasota Counties, FL This $73 million I-75 widening project from Harborview Road to Sumter Boulevard encompassed three FPIDs. Work consisted of widening 15.5 miles of interstate to include four interchanges and the widening of seven existing bridges and deck replacement on an existing bridge. Bridge work involved concrete pile foundations, prestressed AASHTO Florida I beams, and barrier wall construction. Work also included 1 mile of sound wall construction, asphalt paving, highway lighting, signing and ITS installation, signal installation, drainage pipe installations, and pond construction. More notably, this project consisted of environmentally sensitive work zones, complex maintenance of traffic and detour operations, coordinating with adjacent road projects, and working with multiple jurisdictional agencies. Relevancy ›Local Florida experience ›Stormwater management ›Pavement markings ›Lighting and signage ›Construction phasing ›FDOT funding Reference Marléna Gore Project Administrator FDOT District One marlena.gore@dot.state.fl.us Phone: 941.749.3500 Fax: Not applicable Completion date August 2015–January 2018 Project budget $73 million (construction) Project number of days Approximately 884 calendar days 52P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 4. SAN Runway 9-27 Rehabilitation San Diego, CA SAN is the busiest single runway commercial airport in the United States. All improvements to Runway 9-27 were completed during non-peak hours at night to prevent interruption of daytime aircraft operations. SAN, also known as Lindbergh Field, has one runway, Runway 9-27, measuring 9,401 feet in length by 200 feet wide with one full and one partial parallel taxiway. The keel section of Runway 9-27 was last rehabilitated in 2006 with asphalt, and the outer sections of the runway were last rehabilitated in 2001. An updated pavement maintenance/management study, completed in 2015, reported the runway showed increased signs of deterioration and rehabilitation was needed. Atkins provided project management for this effort and acted as the lead designer, completing all airfield design. This included, but was not limited to, demolition, pavement design, paving plans, grading, erosion control, construction safety and phasing, pavement marking, and airfield electrical design. Atkins also developed the project’s technical specifications and performed construction administration services. In addition to the rehabilitation of Runway 9-27, this project includes upgrading the runway centerline, edge, and touchdown zone light fixtures from incandescent to LED, and restoring existing pavement marking and grooving. The pavement rehabilitation scope of work included milling and inlaying the entire asphalt portion of the runway, which is approximately 8,700 feet long. The rehabilitation of Runway 9-27 will provide the required reliability and safety for the only runway at SAN, mitigate recurring pavement maintenance issues, and reduce associated operational impacts and pavement closures. Construction phasing and maintenance of traffic were critical. Due to the high traffic demand and no alternative facilities, no interruption of daytime aircraft operations were allowed, and all improvements were completed during off-peak hours at night. As the runway resumed daily operations every morning, the milled pavement was inlaid every night. After paving operations were complete, temporary reflective markings were placed at the end of each shift before reopening the runway to maintain a consistent visual environment for pilots. To minimize the risks of an issue that would delay opening the runway in the morning, a contingency meeting was held with airport personnel, the contractor, and other relevant stakeholders. During this meeting, risks were identified, such as a milling machine breaking down or the asphalt plant having an issue that halts production, and contingencies were planned to be prepared to quickly fix the issue to be able to reopen the runway on time. Relevancy ›Responsive service ›Runway rehabilitation ›Airfield pavements ›Airfield geometry ›Stormwater management ›Utility relocation ›Pavement markings ›Airfield lighting and signage ›NAVAIDs ›Construction phasing ›FAA AIP funding Reference Michael Tilley, PE Program Manager San Diego County Regional Airport Authority mtilley@san.org Phone: 619.400.2624 Fax: Not applicable Completion date August 2016–August 2018 (design and construction) Project budget $13 million (construction) Project number of days Approximately 730 calendar days 53P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 5. CEI and Related Services for US 41 and SR/CR 951 Intersection Improvements and Resurfacing, Restoration, and Rehabilitation (3R) Improvements to SR 951 Collier County, FL This FDOT JPA project grouping included the widening and realignment of the US 41/SR 951 intersection, an 8-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 sound wall. The 3R project includes resurfacing approximately 3 miles of a 4-lane rural roadway, conversion of the existing span wire signal system to mast arms at two intersections, striped and signed bike lanes throughout the project, and bus stop enhancements to Manatee Road (northbound and southbound), with bus bays. The project included CEI services, constructability review, value engineering, contract administration, inspection, and materials sampling and testing. Relevancy ›Local Florida experience ›Stormwater management ›Utility relocation ›Pavement markings ›Lighting and signage ›Construction phasing ›FDOT funding Reference Steve Ritter Road Construction Manager Collier County Steve.Ritter@colliercountyfl.gov Phone: 239.580.8593 Fax: Not applicable Completion date December 2013–January 2016 Project budget $ 20.7M (construction) Project number of days Approximately 761 calendar days 54P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 6. SEF Terminal Apron Rehabilitation Sebring, FL The terminal apron at SEF consisted of pavements originally built during World War II, which had subsequently deteriorated. The Sebring Airport Authority selected Atkins to develop and design a rehabilitation strategy for the terminal apron and bring it up to current FAA geometric standards. The project includes demolition of existing pavement, new full-depth concrete and asphalt pavement, markings, drainage improvements, and airfield electrical improvements. Non-standard direct access taxiway connectors will be corrected in accordance with FAA guidelines as part of the project. Atkins produced a justification report for the project, a pavement rehabilitation alternatives report, and completed full design and bidding phase services for the project. Construction began in summer of 2019, with Atkins providing construction administration services including responses to contractor’s requests for information, providing supplemental design information, reviewing shop drawings, reviewing pay applications, site visits, attending regular meetings, and preparing punch lists. Relevancy ›Local Florida experience ›General aviation experience ›Airfield pavement design ›Alternatives analysis ›Construction phasing ›FAA AIP funding Reference Mike Willingham Executive Director Sebring Airport Authority/SEF mike@sebring-airport.com Phone: 863.314.1300 Fax: 863.655.6447 Completion date September 2017–February 2020 (estimated) (design and construction) Project budget $12.4 million (construction) Project number of days Approximately 883 calendar days (construction ongoing) 55P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 7. Collier County Airport Authority On-Call Services Collier County, FL Under this contract with Collier County Airport Authority, Atkins provided general consulting services for MKY, IMM, and X01. The airports provide air service to southwest Florida. These airports feature a large general aviation community and airport-related industries. Atkins provided Collier County Airport Authority with a variety of services, including engineering, planning, facility repairs design, and construction administration services. These tasks ranged from small administrative support items to design and construction programs. Some tasks we performed include: Collier County Airport Authority DBE Program Under this task, Atkins provided DBE program goals for MKY, IMM, and X01. The purpose of this task was to establish the federal year 2019–2021 DBE goal in accordance with U.S. Department of Transportation (USDOT), 49 CFR Part 26 regulations. The purpose of 49 CFR Part 26 is to ensure DBEs, as defined in Part 26, have an equal opportunity to receive and participate in department of transportation-assisted contracts. As a provision of all public contracts to be accomplished with USDOT grant assistance, for which the federal share is $250,000 or greater, Collier County Airport Authority must annually report its fiscal year goal as required by 49 CFR Part 26. MKY and X01 Hurricane Repairs Design Hurricane Irma struck Florida on September 10, 2017. Atkins assessed various structures at MKY and X01 to document what damage occurred and prepared performance specifications, details, and a report to bid the project and repair the damages. Rough order of magnitude costs were also provided as part of this task. MKY and X01 Hurricane Repairs Construction Administration Services Atkins provided construction administration services for the hangar repairs at MKY and X01. These services included project management, construction meetings, submittal reviews, site visits, and closeout documentation. IMM Race Event Pavement Inspection The race event at IMM was held on portions of the airfield pavement in January 2019. Atkins documented the condition of the pavement prior to and after the race within the limits of the race event. Post-race pavement repair recommendations were provided to Collier County Airport Authority as part of the technical memorandum deliverable. IMM ALP Update The IMM ALP update and ALP narrative provided Collier County and IMM with a method and proposed schedule for correcting identified airport design deficiencies and accommodating future growth in aviation demand. The project included a fresh look at the airport’s existing facilities; a revised forecast of future aviation demand, which was approved by FAA and FDOT; and a study and determination of new facilities required and expansion of existing facilities that will be required to accommodate the projected activity. An updated CIP was created that prioritizes and stages the proposed development over 5-, 10-, and 20-year planning horizons. The project developed an updated ALP set that graphically depicts existing conditions at the airport, as well as proposed capital improvements. The project addressed and updated the documents based on criteria outlined in FAA ACs 150/5070-6B, Airport Master Plans, and 150/5300-13A, Airport Design, as well as FDOT Guidebook for Airport Master Planning. The ALP was developed in conformance with the FAA SOP 2.00, Standard Procedure for FAA Review and Approval of Airport Layout Plans. The project reached substantial completion April 2019. Relevancy ›Local Collier County experience ›General aviation experience ›Familiarity with the facility ›Collier County/FAA/FDOT agency coordination ›Pavement engineering ›Design specifications ›Construction details ›Cost estimating Reference Justin Lobb, Airports Manager Collier County Airport Authority/ Collier County justin.lobb@colliercountyfl.gov Phone: 239.642.7878, ext. 35 Fax: 239.394.3515 Completion date October 2015–2020 (design and construction) Project budget Approximately $1.5 million Project number of days Approximately 1,461 calendar days 56P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 8. MKY New Terminal, Apron Expansion, and Taxiway Improvements Collier County, FL Atkins performed design services for this project, which includes a new terminal building and associated landside and airside improvements. The project was necessary, because the existing general aviation terminal building at MKY is approximately 50 feet from the runway object-free area and is completely within the Part 77 transitional surface. The demolition of the existing terminal building will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway A. This project includes constructing a new 16,000-square-foot terminal with associated landside improvements funded by FDOT grants. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. Airfield improvements are being funded by FAA grants and include replacing the existing terminal building footprint with new ramp space, expanding the existing aircraft apron, relocating Taxiway B, removing non-standard airfield pavements, repairing various existing pavements, and associated infrastructure improvements. The design of this project was fast-tracked and completed within 7 months to meet FDOT and FAA grant funding deadlines. In order to best utilize available grant funding, the project was split into two separate bid packages: one for the terminal and landside work and the other for the taxiway and apron work. Atkins provided bid documents for each of these projects and assisted during the bidding phase. Atkins is providing full construction administration and inspection for both projects working with two separate contractors. This includes project management, oversight, on-site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. Relevancy ›Local Collier County experience ›General aviation experience ›Airfield pavement design ›Construction phasing ›FAA AIP funding ›FDOT and local funding ›Willingness to meet schedules Reference Justin Lobb, Airports Manager Collier County Airport Authority/ Collier County justin.lobb@colliercountyfl.gov Phone: 239.642.7878, ext. 35 Fax: 239.394.3515 Completion date October 2016–June 2020 (estimated) (design and construction) Project budget $13 million (construction) Project number of days Approximately 1,339 calendar days (construction ongoing) 57P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 9. PNS Cargo Apron Expansion Pensacola, FL The cargo apron at PNS was undersized and serving aircraft larger than its original design intent, which was causing significant failures due to strength and environmental factors. Atkins was selected to evaluate the existing pavement and provide alternatives for expansion. The selected alternative allowed the airport to increase from one to three parking positions for large aircraft with full cargo support operations. The final design included removing the existing asphalt pavement and reconstructing using a new concrete apron that approximately doubles the usable area. The project allows the airport to increase its ability to serve the regional demands for air cargo. Atkins provided design services and full CEI services. This included project management, oversight, on-site inspection, review of change orders, review of pay applications, creation of supplemental design information, review of shop drawings, responses to contractors requests for clarifications, and preparing punch lists. Relevancy ›Local Florida experience ›Airfield pavements ›Airfield geometry ›Stormwater management ›Pavement markings ›Airfield lighting and signage ›Construction phasing ›FAA AIP funding ›FDOT funding Reference Daniel Flynn, CM Airport Director City of Pensacola/PNS dflynn@cityofpensacola.com Phone: 850.436.5000 Fax: 850.436.5006 Completion date October 2012–November 2017 (design and construction) Project budget $8 million (construction) Project number of days Approximately 1,857 calendar days 58P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 10. PNE Runway 6-24 Rehabilitation Philadelphia, PA The scope entails issuing bid documents and performing construction administration services, including project closeout. Prior to commencing design, a life-cycle analysis for the runway pavement was performed. Atkins provided engineering services for the pavement rehabilitation of Runway 6-24. The runway sections have surface conditions that rate very poor to failed, requiring reconstruction or rehabilitation as indicated in the 2015 Airport Pavement Management System update report. Based on the results of the investigation, the runway requires reconstruction due to the amount of surface cracking and deterioration of the underlying asphalt. One of the major components of the project was to reduce the existing runway width from 150 feet to 100 feet, including 20 feet of new shoulders. Atkins performed a pavement investigation via visual inspection, non-destructive testing, field exploration, and laboratory testing to assess the pavement condition and causes of deterioration. Based on the findings, we proposed several pavement design alternatives using current FAA pavement design procedures. The study also involved evaluating the runway safety area analysis and its conformance with FAA AC 5300/13A – Change 1. Based on the criteria, an extensive profile grade correction was made at the Runway 6 end, subsequently affecting the adjacent taxiway connectors. Atkins designed several fillets of the taxiway connectors to ensure it conforms to the latest FAA AC. This design also included relocating precision approach path indicators at the Runway 6 end, along with a determination of new threshold crossing height. Based on the new designed location of the PAPIs, the pavement markings on Runway 6-24 were adjusted. Atkins derived several alternates based on the circular and pavement rehabilitation, along with the life cycle for each of them. The design team prepared an extensive design report detailing program costs for each of the methods. A unique approach was tailored for this project, which involves using the subgrade and mixing with cement. The existing California bearing ratio (CBR) was extremely low at 3.4, which resulted in a thicker pavement design. By mixing with cement, the CBR was increased to approximately 9.0 and resulted in a thinner pavement section. The testing was performed at the design stage to ensure the contractor can obtain the desired subgrade strength. The subgrade is being constructed with a depth of 22 inches in two lifts of 12 inches with an overlap of 2 inches. This method resulted in elimination of hauling existing poor subgrade off the site and replacing with new materials. The subgrade stabilization resulted in a savings of approximately $1.1 million and more than 120 days for the entire project. Based on funding and minimizing operational impacts, the entire project was divided into four packages. Relevancy ›Cost-effective solutions ›Runway rehabilitation ›Airfield pavements ›Airfield geometry ›Stormwater management ›Utility relocation ›Pavement markings ›Airfield lighting and signage ›NAVAIDs ›Construction phasing ›FAA AIP funding Reference Amna Ali, Project Manager City of Philadelphia/PNE amna.ali@phl.org Phone: 215.937.7818 Fax: Not applicable Completion date December 2017–February 2020 (design) (anticipated for all packages) Project budget $3.5 million (design) Project number of days Varies based on package* *Package 1 (construction): April 2019–November 2019 (approximately 214 calendar days for construction) *Package 2 (construction): April 2020–November 2020 (approximately 214 calendar days for construction) *Packages 3 and 4 combined (construction): April 2021–November 2021 (approximately 214 calendar days for construction) P69341 / WH / 2020 Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements 59P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements Overview of Atkins’ CEI discipline Atkins will provide the County with an experienced and qualified team to perform CEI services. Atkins’ CEI staff has extensive experience in managing every facet of construction engineering and inspection required. We will demonstrate our knowledge and commitment to successfully managing assignments under this contract by describing our knowledge of CEI, discussing our approach, and introducing our key team members. The County expects that the firm selected to provide CEI services for this contract will provide a proven project management and inspection team that is familiar with the details of the work and who is also capable of anticipating and identifying specific needs of a project in advance of potential issues and offering solutions. Qualifications: Atkins is prequalified by FDOT to provide CEI for 10.1: Roadway Construction Engineering Inspection, 10.3: Construction Material Testing; 10.4: Minor Bridge & Miscellaneous Structures CEI; as well as 10.5: Major Bridge – 10.5.1: Steel and 10.5.2: Concrete. Additional FDOT prequalifications include bridge and roadway design, survey, and mapping. Atkins team members maintain several certifications from the State of Florida’s CTQP including drilled shaft installation, pile driving, earthwork inspection, asphalt paving inspection, concrete testing, quality control manager, and contract final estimates. Additional team member certifications include FDEP storm water and erosion control inspection, advanced and intermediate MOT, and IMSA traffic signal inspection. Experience: The field experience of our team members varies in duration from multiple decades to a few years. Our team members offer diverse field experience working on a range of projects from minor roadway resurfacing and signal installation to the construction of airfield runways and major bridge structures, and a wide array of funding sources including LAP, JPA, Federal Aide, TIGER, ARRA, as well as local funding. Based on our team’s academic and field experience, the diversification of our staff will enhance our ability to tackle any CEI project in support of the County. Overview of team’s resources to complete services Atkins has proposed an extraordinary team in our organization chart in response to Evaluation Criteria No. 1. This chart demonstrates our resources, which is emphasized by our team’s principal-in-charge, project manager, quality manager and all construction management staff all being local personnel, and all having airfield and pavement experience. With this level of experienced local staff, it allows our team to meet the needs of the County by providing only the necessary staff needed through the construction duration and by quickly and efficiently adapting to any changing needs as the project progresses. In reviewing the scope of work for this project, we understand that the project schedule will be impacted by funding constraints that are dependent upon the level of grant funding available through FAA and FDOT. With the Atkins staff being local and available, we can adapt to the schedule and provide the resources should the Taxiway C extension Responsive service Through our long history as an aviation service provider, we are well versed and experienced with FAA ACs, orders, and executive briefs. In addition to understanding the process, Atkins staff members maintain contact with FAA representatives to stay informed of any changes to policies and procedures. 60P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service and the Pavement Reconstruction of Runway 18-36 be concurrent or in series. Should the taxiway and runway work be concurrent, Atkins will likely provide additional resident project representative (RPR) staff to cover all of the construction, and if they are in series, we will likely have one RPR with support as needed through the duration. The remainder of the staff will also provide the services needed to successfully manage the project in any schedule scenario. Atkins will provide all of the elements in the RPS detailed scope of work, including: ›Task 1 – Construction Administration ›Task 2 – Construction Inspection ›Task 3 – Miscellaneous We will provide these services for both the taxiway and runway work through an approach that 1) makes sure we are properly prepared and set-up pre-construction; 2) with the solid pre-construction base, follow through with consistent and well documented services during construction; and 3) provide post-construction services to properly close out and deliver the project to the County in good status. Provided below is a detailed graphic of how our team will support the County from preconstruction to project close-out. Table 3 demonstrates the scope requested by the County, including who on our team will be primarily responsible for providing the scope, who will be supporting, and who will be providing quality control before submitting documents to the County and/or finalizing the information. We also show that our quality manager will provide periodic QA reviews to assure that we are providing the services in accordance with the contract. Pre-Construction Construction Post Construction ►Review the contractor’s bid documents ►Meet with the contractor to identify key personnel ►Establish project-level lines of authority and communication ►Set up a pre-construction meeting ►Perform constructability reviews ►Communicate/coordinate with the general public, other public agencies, and utility owners ►Implement a proactive project management program ►Effectively communicate construction progress, issues, omissions, substitutions, defects or deficiencies ►Minimize contract and construction delays ►Evaluate conflicts accurately and thoroughly ►Analyze additional compensation claim submittals ►Maintain a responsive, effective, positive public information program ►Provide an accurate history and timeline of the project ►Verify contractor’s sampling and testing of materials ►Monitor construction progress and ensure compliance with project specifications. ►Monitor contractor’s compliance with contract documents/jurisdictional permitting agency ►Minimize the impact of construction on traffic flow ►Analyze the contractor’s baseline critical path method (CPM) schedule ►Conduct a final site inspection ►Review construction closeout documents, record drawings, spare parts, and warranties ►Initiate jurisdictional permitting agencies’ closeout procedures ►Prepare a recommendation for the County regarding the disposition of final acceptance P69341 / WH / 2020 1 2 3 61P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Scope of work (condensed) Atkins responsible party ● Primary ● QA ● QC ● Support ● Reviews Principal-in-ChargeProject ManagerQuality ManagerResident Project RepresentativeConstruction ManagerComplianceQA TestingTask 1 - Construction Administration Coordination with FAA/FDOT/County and other agencies ●●● FAA safety plans ●●● Coordinate/attend pre-construction conferences with each A/E and applicable County representative ●●●●●● Overall contract management ●●● Coordinate and attend construction progress meetings ●●● FAA/FDOT grant management (quarterly construction reports) ●●●● DBE monitoring and compliance ●●● Davis Bacon Act compliance ●●● Review/track/monitor status of ›Construction progress, shop drawing submittals, contract document clarification and interpretations (RFIs), respond or coordinate responses to RFIs, requests for changes to construction cost/schedule ●●● Review of contractor’s schedule ●●●● Provide contractor with schedule comments ●●●● Processing of progress payments (see cost management on the following page) ●●●●● Task 2 - Construction Inspection Construction Observation Services ●●● Conduct on-site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled ●●● Resident project representative ›Report, in writing, whenever it is believed work is unsatisfactory, faulty or defective ●●● ›Report, in writing, whenever it is believed that a hazardous condition exists ●●● ›Maintain log of the work performed to include all site information and observations ●●● ›Verify tests, equipment, and systems startup are conducted in the presence of appropriate personnel ●●●● ›Verify that the contractor maintains adequate records ●●● ›Provide photographic record of construction ●●● ›Observe materials and workmanship ●●● ›Report, in writing, any deviation from the contract document ●●● ›Coordinate the sampling and testing of materials to be performed by independent testing laboratories ●●●● ›Monitor that record drawing mark-ups are properly maintained ●●● Task 3 - Miscellaneous Confirm project completion with appropriate agencies ●●●● Coordinate and attend substantial completion walk through ●●●● Assist A/E with development of a “punch list” of items needing completion prior to Final Acceptance ●●●● Confirm that punch list items are completed ●●●● Coordinate a final review of finished items ●●●● Provide recommendation of acceptance of the project ●●●● Collect all necessary documentation to close the project/contract ●●●● Assist County with coordination of warranty work (not to exceed the completion date of the agreement)●●●● Transmit all project/program related files to the County ●●●● Substantial completion ●●●● Project closeout ●●●● Testing quality control ●●●●● Table 3: Scope of work/responsible party 62P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Willingness to meet time and budget requirements Our Atkins team clearly understands the different funding sources for this project as described in the County solicitation: ›Taxiway C extension: primarily funded with FAA AIP dollars ›Reconstruction of Runway 18-36: primarily funded with State (FDOT) and local (County) dollars Our team has the experience working with these varying funding sources and the requirements to managing the project costs to meet these requirements. This will require us to verify the contractor’s schedule of values (SOV) in compliance with the contract and clearly identify the two portions of the project. Our entire Atkins team will be involved in managing the costs on this project from inception. We will show in the following paragraphs how we approach managing the costs in the base contract, how we manage any change on the project, and the impact of change to cost and schedule. Managing base contract costs through progress payments Once we have reviewed the contractor’s SOV, we will contact the Contractor with any questions and or comments. Once we are comfortable, we will review with the County project manager and recommend for acceptance. Once the SOV is established, it will become the basis for how we manage the cost in the base contract. In the preconstruction meeting we will provide the contractor with the contractual requirements related to presenting their progress payments, including the documentation required for the DBE monitoring and compliance and the requirements for complying with the Davis Bacon Act. We will also collect and provide the information related to FAA/FDOT grant management. Our compliance specialist, Rose Gaines-Perkins, has the experience managing these requirements and will be involved throughout the project providing these reviews along with the progress payments. Once construction begins, the contractor will submit the progress payment requests (PPR). Our Atkins field team will be on site while the contractor is working and will be observing and documenting work in the field as it progresses to verify compliance with the contract plans and specifications. Antroy Singleton will be our lead RPR on site, and he has the experience to properly manage this work. When QA testing is required, Lonnie Lomski will provide the testing for review by our RPR. Mr. Singleton will be supported by Tomasz Trebacz in the RPR work, and this team will be overseen by our construction manager, Brian Kelley. This team will receive the PPR and review via a field walk-through (that includes a representative from the A/E of record) to verify that what is being requested is consistent with the contractor’s progress. If there are any discrepancies, this team will meet with the contractor to resolve the discrepancies. Should there be any dispute, the item will be brought to the Atkins project manager, Kevin McCauley, for discussion with the contractor’s project manager for resolution. Once our field team is confident the PPR is accurate, Rose Gaines-Perkins has reviewed for compliance (including releases of lien and bonding company consent of payment), and the A/E has certified, Mr. McCauley will perform a final review and provide to the County with a recommendation for payment. This process is consistent on a monthly basis. As the contractor completes work to achieve substantial completion, the Atkins team will set up walk-throughs of the work with the A/E and the County to develop a Substantial Completion punchlist of any remaining items to comply Cost-effective solutions When initial bid prices for the new terminal development project at MKY exceeded available grant funding, Atkins worked with the airport, FAA, and FDOT to develop an alternative solution. Atkins repackaged the project into two separate sets of bid documents with nine various bid alternates and released them for readvertisement in under a month. 63P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service with the contract. We will track the punchlist to completion before making any recommendation on the contractor’s final payment for construction. The final payment to closeout the project and release all retainage will not be made until the contractor has completed all of the requirements, including any warranty and other completion documents such as lien waivers, contractor’s final affidavit, and closeout change orders, the surety’s final consent ,and any other outstanding items. Schedule control It is essential that the project schedule is accurately maintained. Atkins has the in-house technical professionals who specialize in schedule analysis and schedule control. In order to facilitate project execution, Atkins will provide oversight and evaluation of the contractor’s baseline CPM schedule and all corresponding updates. Atkins schedule control traditionally entails reviewing the contractor’s schedule and updates for accuracy, compliance with the contract documents, and actual correlation with the field observations. Based on the review, a report is prepared indicating not only the current project status, but also highlighting the situations that need additional attention from the project management team (i.e., lack of progress, changes in project sequencing, time compressions, etc.). Through this review, the reliability of the projected forecast completion is verified, and potential project delays are identified and documented. The schedule update report is discussed during project meetings to assure a proper understanding and timely action that needs to be taken by all parties involved. This procedure for the review of schedule updates has proven to be an effective tool to closely monitor and document the project execution. The greatest amount of information is produced from the contractor’s data file, which can only be reviewed through Primavera scheduling software. Atkins scheduling professionals have the means to produce several views of the Contractor’s schedule (i.e., critical path activities only, activities sorted by proposed early start date, etc.), which is extremely useful in verifying controlling items of work, determining impacts of inclement weather, and delay claims. Furthermore, a narrative document can be produced to determine activities that have finished earlier than expected, finished later than expected, or violate the schedule’s due diligence, to name a few. Atkins will use our company’s proven procedures and computer-based tools designed to facilitate an effective schedule review that identifies potential construction problems and resource needs well in advance. This allows our team to correct construction/ staffing problems without having an impact on the project schedule. Managing cost and schedule impact of change The Atkins CEI approach is to facilitate early identification of issues and bring them to a quick resolution. With this approach, including clear and concise documentation, we are able to best manage and minimize change, and make prudent recommendations to the County as early as possible in the construction process to avoid rework and cost and schedule impact. At the same time we recognize that in construction there will be change to deal with. The following paragraphs demonstrate how we manage change to minimize the impact on the project. As changes are identified during the construction process, Atkins will follow the County contract to manage the change. Similar to the process with the progress payments, nearly our entire team will be involved at some point in the process to review and manage change. Our team will manage the RFI process, which in some instances could lead to construction changes. Our team will maintain all documentation on any change through this process, and will be able to review any change and provide an independent assessment to verify the change is accurate, and an estimate on the Responsive service Atkins’ project controls division will be available to assist our project team with budget and scheduling services. 64P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service potential impact to the cost and schedule to use as a review and/or negotiation tool with the contractor. Once the contractor submits their change request, we will review, comment, and meet with the County to make a recommendation for either acceptance or to negotiate based on a variance in estimates. Once a change is recommended to the County and approved, the change amount will be included in the SOVs for inclusion in future progress payment requests. Should there be a dispute with a change related to scope, cost or schedule, the issue will be elevated based on the contract to work towards a resolution. In the extreme case where the issue becomes a contractor claim, we have personnel to provide a detailed assessment and provide an independent report with recommendation to the County on how to best address the claim. Table 4 demonstrates Atkins’ past project performance in managing projects to complete within the owner’s budget. These projects have many similarities to the work at IMM for the County, and helps solidify why the Atkins team has the ability and experience to successfully provide these CEI services to the County. Table 4. Atkins’ past project performance Project name Owner’s budget Final budget Change order history [(#) equals number of change orders] Completed on schedule PNS Cargo Apron Expansion $7.71 million $7.89 million 5) Unsuitable soil removal, directional drilling for duct bank, temporary markings, utility adjustments, final quantity reconciliation  PNS Corporate Apron Rehabilitation $2.02 million $2.04 million (1) Final quantity reconciliation  SAN Runway 9-27 Rehabilitation $13.39 million $13.30 million (2) One was for power and communications related to replacing an existing electrical panel that failed. The other one included additional work for working around medium intensity approach lighting system with runway alignment indicator lights (MALSR) in-pavement lights, as they could not be removed; changes to some of the centerline light fixtures (making them dual circuit); and quantity reconciliation  Orlando Sanford International Airport Southwest Apron Rehabilitation $10.79 million $10.52 million (3) Change base material, owner-requested additions, final quantity reconciliation  SEF Runway 18-36 Reconstruction $4.29 million $4.32 million (2) Time extension due to airport events, final quantity reconciliation  Tri-Cities Airport Runway 5-23 Rehabilitation $14.98 million $14.04 million (3) Additional shoulder work, sign changes, final quantity reconciliation  Note: Of the 6 recently completed projects shown above, final cost was on average 2% below budget. P69341 / WH / 2020 Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm 65P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm Atkins takes pride in our reputation for completing projects within the agreed-upon schedule. Many of our projects have been completed on a fast-track basis, allowing clients to meet critical tenant-imposed time frames or to qualify for funding options when they become available. Each proposed team member is committed and available to dedicate the necessary time to successfully complete this project. Our services will be performed in accordance with the mutually agreed-upon schedule and will provide a high level of quality and technical accuracy. Atkins’ aviation experience includes projects in Florida, including Collier County, and throughout the United States. Much of our project work has required completion within very strict schedules. Other projects have required our team members to be extremely responsive in reacting to dynamic schedules. Our experiences have shown that successful projects share three common components. The first component involves having adequate staff assigned to perform all project tasks, the second component includes the knowledge and expertise of key staff, and the third component is the required sense of duty and persistence with which key staff members perform assignments. To fulfill the first component, the Atkins team brings the combined resources of 4,100 staff members in North America to this project, including approximately 900 staff members in Florida. With our team members’ impressive history of providing aviation services, the number and quality of personnel available for this project is unparalleled in the industry. In regard to the second component, many of our team members have provided aviation-related services for more than a decade. Finally, the key individuals assigned to this project are dedicated to their profession, have performed unselfishly on projects in the past, and are committed to performing with equal devotion and diligence on this project. Availability Atkins proposes a project team that has the expertise and availability to perform the project. Atkins makes the commitment that all key personnel on our proposed project team will be dedicated to meeting the County’s needs. All Atkins project managers and staff realize that on-time delivery is a key element in meeting our commitments to clients. Because of our resources and qualified personnel, Atkins can overcome unforeseen delays by assigning additional staff. We take great pride in our history of providing quality, timely services for our clients and are confident we have the available staff to meet your project needs. Atkins is fully committed to the successful completion of the County’s airport project. Our team members are committed to providing quality professional services to the County and will be available, as needed, for the duration of this project. Our current workload affords us the availability to successfully execute the project scope of services. Should the need arise, Atkins can use additional resources to ensure the County’s complete satisfaction. Responsive service Our team members are committed to providing quality professional services to the County and will be available, as needed, for the duration of this project. 66P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Cost-effective solutions We have confirmed our team has sufficient time available to complete the project in a timely, cost-effective manner while maintaining quality. Atkins continually monitors and projects our technical staff’s workload. This type of resource management enables us to match project requirements to available manpower, identifying areas in need of staff augmentation. We continually assess backlog to confirm appropriate availability of the project team. Through our successful completion of projects for the County and other Florida airports, Atkins is recognized as a firm that completes projects within established budgets and schedules while maintaining quality standards. We have analyzed our team members’ closeout of recent work, current workload, and projected projects. As such, each team member’s estimated availability percentage to complete all project elements is included in Figure 4. We have confirmed our team has sufficient time available to complete the project in a timely, cost-effective manner while maintaining quality. Atkins does not foresee any adverse workload impacts that could affect our ability to meet the County’s needs and successfully complete this project. Key staff availability Kevin McCauley Elizabeth Gaines Brian Kelley Thomas Roda Antroy Singleton LonnieLomski Praveen Ommi Darin Larson Diego Clavijo Tomasz Trebacz Manny Bejarano Michael Ryan Rose Gaines-Perkins Barry Barnes 50% 60% 20% 30% 25% 20% 40% 40% 100% 70% 25% 20% 60% 20% P69341 / WH / 2020 Figure 4. Team members’ estimated percents of availability P69341 / WH / 2020 Appendix Appendix 67P100069341.PM.20Local Experience Cost-Effective Solutions Responsive Service ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Appendix ›Addendum ›Request for Professional Services (RPS) Instructions Form/Supplier Response Form ›Form 1: Vendor’s Non-Response Statement ›Form 2: Vendor Check List ›Form 3: Conflict of Interest Affidavit ›Form 4: Vendor Declaration Statement ›Form 5: Immigration Affidavit Certification ›Form 6: Vendor Substitute W-9 Request for Taxpayer Identification Number and Certification ›Contract Clause A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions) ›GCA-2: Certification Regarding Debarment, Suspension, and Other Responsibility Matters – Primary Covered Transactions ›GCA-3: Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions ›GCA-4: Anticipated Disadvantaged, Minority, Women, or Veteran Participation Statement ›GCA-5: Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services ›GCA-6: Conflict of Interest Certification ›GCA-7: Certification Regarding Lobbying ›GCA-8: Acknowledgement of Terms, Conditions, and Grant Clauses ›Insurance and Bonding Requirements ›Relevant licenses and certifications 68P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Addendum 1 Date: April 1st 2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 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. Added Engineers Report If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 April 17, 2020 Atkins North America, Inc. 69P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Addendum 2 Date: April 7th, 2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 2 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. Extended bid to April 17th, 2020 at 3:00PM Change 2. Bid Opening will be conference bridge: Procurement Conference Bridge: This Meeting can also be accessed remotely through the voice Conference Bridge by calling 239-252- 7205 and entering access code 212121 If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 April 17, 2020 Atkins North America, Inc. 70P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Addendum 3 Date: April 7th, 2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 3 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. Extended bid to April 17th, 2020 at 3:00PM Change 2. Bid Opening will be conference bridge: Procurement Conference Bridge: This Meeting can also be accessed remotely through the voice Conference Bridge by calling 239-252- 7205 and entering access code 212121 If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 April 17, 2020 Atkins North America, Inc. 71P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 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: 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 Tie Breaker: In the event of a tie 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 fro m 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 (25 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 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 72P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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’s qualifications to successfully complete the project. EVALUATION CRITERIA NO. 2: 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. 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (25 Total Points Available) Limited to 7 pages total Written 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. 4: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (25 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 PROPOSERS 2. QUESTIONS 2.1 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 CONFERENCE 3.1 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-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Consultants must be present in order to submit a proposal response. 4. COMPLIANCE WITH THE RPS Proposals 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 RPS It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 73P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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 COSTS The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RPS, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 7. DELIVERY OF PROPOSALS 7.1 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 PROPOSALS 8.1 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 SELECTION 9.1 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 PROPOSALS 10.1 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. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 74P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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. REFERENCES The County reserves the right to contact any and all references submitted as a result of this solicitation. 12. RESERVED RIGHTS Collier 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 REQUIREMENTS 13.1 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’s separate Consultants, Design Cons ultants 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 County Board of County Commissioners Naples, Florida 13.7 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 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 75P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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 SERVICES Additional 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 INSPECT The County or its authorized Agent shall have the right to inspect the Consultant’s facilities/project site during and after each work assignment the Consultant is performing. 16. VENDOR PERFORMANCE EVALUATION The 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 CONTRACT 17.1 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 COMPLIANCE 18.1 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 Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 18.2 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. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 76P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive 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 CONTRACTS 19.1 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 METHOD 20.1 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 Number 20.1.2 Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 20.2 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 SAFETY 21.1 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. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 77P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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 PREVENTION The 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. LICENSES 23.1 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. SURVIVABILITY The 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/COLLUSION By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 26. RELATION OF COUNTY It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 27. TERMINATION Should 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. LOBBYING After 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 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 78P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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 PROPOSAL Each 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 PROCEDURES 31.1 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 CRIME A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 33. SECURITY AND BACKGROUND CHECKS 33.1 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 Ide ntification 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 INTEREST Consultant 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 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 79P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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: I certify that I am in agreement, to the best of my knowledge, with the Request for Professional Services Process above. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S ✔ 80P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 1: Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: Other reason(s): Name of Firm:________________________________________________________ Address:________________________________________________________ City, State, Zip:________________________________________________________ Telephone:________________________________________________________ Email: ________________________________________________________ Representative Signature:________________________________________________________ Representative Name:_____________________________________ Date _____________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Not applicable Atkins North America, Inc. 1514 Broadway, Suite 202 Fort Myers, FL 33901 239.271.3411 darin.larson@atkinsglobal.com Darin R. Larson, PE, LEED AP Vice President April 9, 2020 Form 1 does not apply to Atkins North America, Inc. 81P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 2: Vendor Check List Updated: October 24 th 2019 IMPORTANT:THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/. Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included -https://www.e-verify.gov/. Grant Provisions and Assurances package in its entirety, if applicable. Reference Questionnaires MUST be included or you may be deemed non-responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm:________________________________________________________ Address:________________________________________________________ City, State, Zip:________________________________________________________ Telephone:________________________________________________________ Email: ________________________________________________________ Representative Signature:________________________________________________________ Representative Name:________________________________________ Date ___________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. 1514 Broadway, Suite 202 Fort Myers, FL 33901 239.271.3411 darin.larson@atkinsglobal.com Darin R. Larson, PE, LEED AP Vice President April 9, 2020 N/A N/A ✔ ✔ ✔ ✔ ✔ ✔ ✔ 82P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules –The firm has not set the “ground rules”for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity –The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information –The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non -public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. Darin R. Larson, PE, LEED AP Vice President April 9, 2020 83P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service April 9, 2020 84P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 85P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S  9th Lee AprilFlorida Atkins North America, Inc. 1514 Broadway, Suite 202 Fort Myers, FL 33901 233840 59-0896138 DUNS: 360768811/CAGE Code: 44TN0 239.271.3411 Darin R. Larson, PE, LEED AP, Vice President 20 86P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Additional Contact Information Send payments to: (required if different from above)Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. Atkins North America, Inc. Averial Beebe Cash Applications Specialist II P.O. Box 409357 Atlanta, GA 30384 850.580.7845 averial.beebe@atkinsglobal.com Darin R. Larson, PE, LEED AP Vice President 1514 Broadway, Suite 202 Fort Myers, FL 33901 239.271.3411 darin.larson@atkinsglobal.com 87P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non-responsive https://www.e-verify.gov/. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. Darin R. Larson, PE, LEED AP Vice President April 9, 2020 88P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service E-Verify Atkins is enrolled in the Department of Homeland Security’s E-Verify Program. Atkins has been in full compliance with this program since 2007 and verifies the employment eligibility of all new hires through E-Verify. In response to the RFP requirement, Atkins submits the following documentation as enrollment verification: ›E-Verify system-generated “Company Information” for Atkins North America, Inc. ›E-Verify Program for Employment Verification Memorandum of Understanding (MOU) dated October 4, 2007 On April 1, 2011, PBS&J changed its name to Atkins North America, Inc. Atkins is committed to compliance with this program and attests to the MOU agreement that was generated upon the firm’s initial enrollment in 2007. E-Verify User Identification Number ›E-Verify user identification number: 58042 ›Date of authorization: 10/04/2007 89P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Company Information Company Name Atkins North America Company ID Number 58042 Doing Business As (DBA) Name -- DUNS Number 590896138 Physical Location Address 1 4030 West Boy Scout Boulevard Address 2 -- City Tampa State FL Zip Code 33607 County HILLSBOROUGH Mailing Address Address 1 -- Address 2 -- City  Page 1 of 3E-Verify: Employer Wizard -Company Information 4/26/2019https://e-verify.uscis.gov/web/EmployerWizard.aspx 90P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Additional Information Organization Designation View / Edit View Original MOU Template -- State -- Zip Code -- Employer Identification Number 590896138 Total Number of Employees 2,500 to 4,999 Parent Organization WS Atkins Administrator -- Employer Category Federal Contractor with FAR E-Verify Clause Federal Contractor Category None of these categories apply Employees Being Verified All new hires and all existing employees assigned to a Federal contract NAICS Code 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES View / Edit Total Hiring Sites 93 View / Edit Total Points of Contact 1 View / Edit Page 2 of 3E-Verify: Employer Wizard -Company Information 4/26/2019https://e-verify.uscis.gov/web/EmployerWizard.aspx 91P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service View MOU Page 3 of 3E-Verify: Employer Wizard -Company Information 4/26/2019https://e-verify.uscis.gov/web/EmployerWizard.aspx 92P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 93P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 94P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 95P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 96P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 97P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 98P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 99P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 100P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 101P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 102P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 103P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 104P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 105P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 106P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 107P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 108P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 109P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return)Business Name (if different from taxpayer name)Address ____________________________________City ______________________________________________ State ______________________________________Zip______________________________________________ Telephone __________________Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________City _____________State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. 33607 30384 darin.larson@atkinsglobal.com averial.beebe@atkinsglobal.com 59-0896138 April 9, 2020 Darin R. Larson, PE, LEED AP, Vice President 239.271.3411 4030 West Boy Scout Boulevard, Suite 700 Atkins North America, Inc. Tampa FL 239.271.3411 darin.larson@atkinsglobal.com 1514 Broadway, Suite 202 Fort Myers FL 33901 P.O. Box 409357 Atlanta GA ✔ 110P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 111P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service EXHIBIT 1A – FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 9 CONTRACT CLAUSE A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions): The Contractor must complete the following two certification statements. (SEE SEPARATE CERTIFICATION DOCUMENT) The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (9) in the space following the applicable response. (A separate form is provided for the certification.) The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The applicant represents that it is ( 9 ) is not ( 9 ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The applicant represents that it is ( 9 ) is not ( 9 ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 13. TERMINATION OF CONTRACT 2 CFR § 200 Appendix II(B); FAA Advisory Circular 150/5370-10; Section 80-09 (Applies to all contracts and subcontracts =/>$10,000.) CONTRACT CLAUSE A25.3, A25.3.1 Termination for Convenience: TERMINATION FOR CONVENIENCE (PROFESSIONAL SERVICES) The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S ✔ ✔ 112P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 03/04/2013- (3) 1 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 itsprincipals: (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 civiljudgment rendered against them for commission of fraud or a criminal offense in connection withobtaining, attempting to obtain, or performing a public (Federal, State or local) transaction orcontract under a public transaction; violation of Federal or State antitrust statutes or commission ofembezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,or receiving stolen property; (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) ofthis certification; 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 thiscertification, such prospective participant shall attach an explanation to this proposal. ________________________________ _____________________________________ Name DUNS Number ________________________________ _____________________________________ Title Tax ID Number ________________________________ Firm _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature GCA- 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Darin R. Larson, PE, LEED AP 360768811 Vice President Atkins North America, Inc. 1514 Broadway, Suite 202, Fort Myers, FL 33901 59-0896138 113P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service EXHIBIT 1B GRANT CERTIFICATIONS AND ASSURANCES GCA-3 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS (Reference: Pub. L. 113-76, DOT Order 4200.6) The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (3) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1)The applicant represents that it is ( � ) is not ( � ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The applicant represents that it is ( � ) is not ( � ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB6LJQDWXUHBBBBBBBBBBBBBB'DWH BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB7LWOH 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S April 9, 2020 Darin R. Larson, PE, LEED AP, Vice President ✔ ✔ 114P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 86P100069341.AA.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service ISTHEACTIVITYOFTHISCONTRACT, CONSTRUCTION?NY CONSULTATION?NY OTHER?NY DBE,MBE,WBE VET,SMB8A SUBCONTRACTORORSUPPLIER NAME TYPEOFWORKOR SPECIALTY ETHNICITYCODE (SeeBelow) SUB/SUPPLIER DOLLARAMOUNT PERCENTOFCONTRACT DOLLARS TOTALS: NOTE: ETHNICITYCODE BlackBAAmerican HispanicHAAmerican NativeNAAmerican Subcont.AsianSAAAmerican AsianͲPacificAPAAmerican NonͲMinorityNMWWomen Other:notofanyothergrouplisted O DATE TELEPHONENUMBER FAXNUMBER ISTHEPRIMEAFLORIDAͲCERTIFIEDDISADVANTAGED, MINORITYORWOMENBUSINESSENTERPRISE (DBE/MBE/WBE)?ORHAVEASMALLDISADVANTAGED BUSINESS8ACERTIFICATIONFROMTHESMALLBUSINESS ADMINISTRATION?ORASERVICEDISABLEDVETERAN? VETERAN?YN ISTHISSUBMISSIONAREVISION?YN SDBY8A?N 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\ 30 S  Atkins North America, Inc.59-0896138 N/A Darin R. Larson, PE, LEED AP April 9, 2020 Vice President darin.larson@atkinsglobal.com 239.271.3411 239.334.7277 N/A DBE E.F. Gaines Surveying Services, Inc.Surveying 0.5% DBE Lomski Engineering and Testing , Inc.Materials Testing Construction 4.2%NMW NMW 115P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service EXHIBIT 1B GRANT CERTIFICATIONS AND ASSURANCES GCA-5 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. 1514 Broadway, Suite 202, Fort Myers, FL 33901 239.271.3411 RPS No.: 20-7726 CEI Services for Immokalee Airport Runway 18-36, Taxiway C 59-0896138 Atkins North America, Inc. 239.271.3411 1514 Broadway Suite 202 Fort Myers, FL 33901 1960 ✔ ✔ E.F. Gaines Surveying Services, Inc. 239.418.0126 5235 Ramsey Way Ste 10 Fort Myers, FL 33907 2002 04-3653931 Lomski Engineering and Testing, Inc.  941.979.5744. 17210 Toledo Blade Blvd. Port Charlotte, FL 33954 2009 26-4521129      116P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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. GCA- 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 20-7726 Darin R. Larson, PE, LEED AP Darin R. Larson, PE, LEED AP Vice President April 9, 2020 117P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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- 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. Darin R. Larson, PE, LEED AP Vice President April 9, 2020 118P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service EXHIBIT 1B GRANT CERTIFICATIONS AND ASSURANCES GCA- 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 copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. 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 # ____________________________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc.April 9, 2020 1514 Broadway, Suite 202, Fort Myers, FL 33901 20-7726 Darin R. Larson, PE, LEED AP, Vice President 119P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at 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 $__5,000,000____single limit per occurrence, $5,000,000 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 $__________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $__________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $__________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $__________ Per Occurrence Pollution $__________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Construction Management Errors & Omissions $3,000,000 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. 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S 120P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 8.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. 1/30/20 - 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 ________________ 6ROLFLWDWLRQ&ROOLHU&RXQW\ 30 S Atkins North America, Inc. Darin R. Larson, PE, LEED AP, Vice President Marsh USA, Inc. (broker) Veronica Salinas April 9, 2020 404.995.3072 Atkins point of contact Amparo Gonzalez, U.S. Insurance Certificate Administrator 305.514.3276 121P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service SHOULD 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 SUBRWVDADDLINSD 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-005040121-01 1,000,000 3,000,000 X 26247 3,000,000 Annual Aggregate:(See additional page) of Marsh USA Inc. ATLANTA, GA 30326 N X10/15/2019 13 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. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the 03/09/2020 NOC 3,000,000 10/15/2019 3,000,000 Re: RPS No. 20-7726; CEI Services for Immokalee Airport Runway 18-36, Taxi C “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 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 122P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service ACORD 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 123P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 124P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 125P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 126P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Atkins 127P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 128P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Detail by Entity Name http://search.sunbiz.org/...a775-7ad655589a57&searchTerm=Atkins%20North%20America&listNameOrder=ATKINSNORTHAMERICA%202338404[4/1/2020 8:23:11 AM] 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 Previous On List Next On List Return to List Events Name History 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 DIVISION OF CORPORATIONSFlorida Department of State Atkins North America Search 129P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Detail by Entity Name http://search.sunbiz.org/...a775-7ad655589a57&searchTerm=Atkins%20North%20America&listNameOrder=ATKINSNORTHAMERICA%202338404[4/1/2020 8:23:11 AM] 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., 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 130P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Detail by Entity Name http://search.sunbiz.org/...a775-7ad655589a57&searchTerm=Atkins%20North%20America&listNameOrder=ATKINSNORTHAMERICA%202338404[4/1/2020 8:23:11 AM] 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 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 View image in PDF format 131P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Detail by Entity Name http://search.sunbiz.org/...a775-7ad655589a57&searchTerm=Atkins%20North%20America&listNameOrder=ATKINSNORTHAMERICA%202338404[4/1/2020 8:23:11 AM] 02/15/2018 -- ANNUAL REPORT 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 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 132P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Detail by Entity Name http://search.sunbiz.org/...a775-7ad655589a57&searchTerm=Atkins%20North%20America&listNameOrder=ATKINSNORTHAMERICA%202338404[4/1/2020 8:23:11 AM] 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 Previous On List Next On List Return to List Events Name History Florida Department of State, Division of Corporations Atkins North America Search 133P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 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 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 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 134P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 135P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 136P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LARSON, DARIN RAY Do not alter this document in any form. 7471 GEORGIANA DRIVE LICENSE NUMBER: PE56598 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. BOKEELIA FL 33922 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RODA, THOMAS EDWARD Do not alter this document in any form. 4406 MEADOWWOOD WAY LICENSE NUMBER: PE60235 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. TAMPA FL 33618 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MCCAULEY, KEVIN DANIEL Do not alter this document in any form. 4320 JUNIPER TERRACE LICENSE NUMBER: PE67477 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. BOYNTON BEACH FL 33436 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BEJARANO, MANUEL O Do not alter this document in any form. 1014 HOWELL HARBOR DRIVE LICENSE NUMBER: PE70336 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. CASSELBERRY FL 32707 Always verify licenses online at MyFloridaLicense.com JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RYAN, MICHAEL RICHARD Do not alter this document in any form. 2435 SW 1ST TERRACE LICENSE NUMBER: PE68358 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. CAPE CORAL FL 33991 Always verify licenses online at MyFloridaLicense.com 137P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Lomski Engineering and Testing 138P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Lonnie LomskiVice President, Construction 139P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 140P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LOMSKI ENGINEERING AND TESTING, INC. Do not alter this document in any form. 17210 TOLEDO BLADE BLVD. LICENSE NUMBER: CA28604 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. PORT CHARLOTTE FL 33954 Always verify licenses online at MyFloridaLicense.com 141P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Florida UCP DBE Directory Number of Records Returned:1 Selection Criteria: Vendor : LOMSKI ENGINEERING AND TESTING INC Vendor Name:LOMSKI ENGINEERING AND TESTING INCDBE Certification:CERTIFIED MBE Certification: DBA:Former Name:Business Description: ENGINEERING AND CONSTRUCTION MATERIALS TESTING Mailing AddressJ:17210 TOLEDO BLADE BLVD PORT CHARLOTTE, FL 33954- Contact Name:ANNE LOMSKI Phone:(941) 979-5744 Fax: (941) 979-5748Email:ALOMSKI@LET-FL.COM ACDBE Status:NStatewide Availability:Y Certified NAICS 541380 Testing Laboratories Page 1 of 1WebFOCUS Report 3/25/2020https://fdotwp1.dot.state.fl.us/ibi_apps/WFServlet 142P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service E.F. Gaines 143P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 144P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 145P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service E.F. Gaines Surveying Services, Inc. E.F. Gaines Surveying Services, Inc. 5235 Ramsey Way, Suite 10 Fort Myers, Florida 33907 (P) 239-418-0126 : (W) EFGaines.com E.F. Gaines Surveying Services, Inc. E.F. Gaines Surveying Services, Inc. 5235 Ramsey Way, Suite 10 Fort Myers, Florida 33907 (P) 239-418-0126 : (W) EFGaines.com 146P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Woman Business Certification E. F. Gaines Surveying Services, Inc. 03/14/2019 03/14/2021 147P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 148P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service 149P100069341.PM.20ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Local Experience Cost-Effective Solutions Responsive Service Florida UCP DBE Directory Number of Records Returned:1 Selection Criteria: Vendor : E F GAINES SURVEYING SERVICES INC Vendor Name:E F GAINES SURVEYING SERVICES INCDBE Certification:CERTIFIED MBE Certification: CertifiedDBA:Former Name:Business Description: LAND SURVEYING SERVICES Mailing AddressJ:5235 RAMSEY WAY STE 10 FORT MYERS, FL 33907- Contact Name:ELIZABETH GAINES Phone:(239) 418-0126 Fax: (239) 418-0127Email:LIZ@EFGAINES.COM ACDBE Status:NStatewide Availability:N Certified NAICS 541370 Surveying and Mapping (except Geophysical) Services Page 1 of 1WebFOCUS Report 3/25/2020https://fdotwp1.dot.state.fl.us/ibi_apps/WFServlet 1514 Broadway Suite 202 Fort Myers, FL 33901 Tel: 239.334.7275 www.atkinsglobal.com/northamerica P69341 / WH / 2020 © 2020 Atkins North America, Inc.